Loading...
HomeMy WebLinkAboutPipes Neck Road Pedestrian Bridge U.S. Postal Service r , CERTIFIED MAIL, RECEIPT ._D (Domestic Mail Only;No Insurance Coverage Provided) ru N For delivery information visit our website at www.usps.com® M N § ,t lc* Q Li aS N Postage $ V co ru Certified Fee m ' Postmark 0 Return Receipt Fee Here -- 0 (Endorsement Required) 2014 MAY 27 0 Restricted Delivery Fee (Endorsement Required) 0 / r- Total Postage&Fees $ �� / iNt tTo . , 0 Sheaf,-pt.No.\-1 a ar q 0 or PO Box No. r- i I,State,ZIP+4 .. • • _ .r • S C ,' PS Form 380ii A ,Ui.l '.,'', ;._c f r voisc for Inshuctions I 1 I 1 SENDER: COMP LETS T:-, ■ Complete Item 1 2 h i tram 4 If- ....r_. 3• complete EuvERY ■ Print you Y Is d�f�d. so that w : and address on the revs �i ■ Attach t ° um the card to or on t to the bac You. rse _ 1.�"a'mf ❑Agent the ma►Ip . > ` 1• Article A. $Pace pemlit$• ❑Addressee . ; to: 4 - • C. Data of Delivery h'11M0�. `' or/,�o i rUcrieh ff YEs �ivey' ftom 1 Cl ,..Y^ -_'J it rf Scott- •w: ❑ r ' (1 - r 3. SerVice TYPO 5 -V i� N � Man M�1 r LI Registered 2. Article Number -07:4 CI'flawed Mall O❑ D Receipt for Memhandisa 0 yes(Transfer mmumb 4. Restricted D■ yp( baa Fee) Ps Form 3811,�m� 7p p77+0 ►Y2o04 Do^■sUc 0003 2876 3726 102595-02-M-1540 02-M-1540: i i i U.S. Postal Service,. j CERTIFIED MAIL . RECEIPT 1 ru (Domestic Mail Only;No Insurance Coverage Provided) 0 N For delivery information visit our website at www.usps.com® m C; N - N Postage � rU Certified Fee Er IT1 Post ark t mil p Return Receipt Fee Here m (Endorsement Required) 2 0 Restricted Delivery Fee la 1 ` 2014 (Endorsement Required) tZI Total Postage&Fees 1,_ MM. i^ Sent To nn t/�/w e�®.y P- p!a>!ci �_40+_1' '�_ - C3111'1 _.a s a_ro_.. . reef,Apt.No.; CC �(\� cc_ *'y °'c 1 .1r� or PO Box No.3ell _L!_tS�..n!!1 �?. r_ e-4 Sire_.__I_ City,State,ZIP+4 I 1- r PS Form 3800.August 2001, See Reverse for Instructions SENDER: COMPLETE TINS ,i CT!r , .PI ETE THIS ' ,�.'DE(!VERY • Complete Items 1,2,and 3.Also complete A. * - item 4 If Restricted Delivery Is desired. .k Si.Iii ID Agent • Print your name and address on the reverse ❑Addressee so that we can return the card to you. B. Received by(Printed Name) C. Date of Delivery • Attach this card to the back of the mailpiece, or on the front if space permits. -41-041 .-/p' 1. Article Addressed to: D. Is delivery address different from item 1? ❑Yes If YY :�t 9Q!,, address below: ❑No Qut rdnJ L'on-}vo_c-h ns t9 ci) ROJJ‘ l90tbAre-0 O4D�Dt 3 59 mozon S*rce+15+e 1 B. 3 y3 1511 NN 11'151 .:+" ' - '"1 ' &press Mail ❑Reg- = - ❑Return Receipt for Merchandise ❑Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Aran rfrom 7007 0710 0003 2876 3702 (Transferfiom service label) PS Form 3811,February 2004 Domestic Return Receipt teKS VENDOR NAME: Che,s-kx-Ci d Ass oc(GL S , InC VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. V PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: II - 4.4 La - SNP ti OR SOCIAL SECURITY#: DATE OF ORGANIZATION: q(g IF APPLICABLE: DATE FILED: Aillu (a) g STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: Che -tr4tJd A%Ctf,10-4-eS, Iry • LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Sep-Free Gr z Q.:4-1•1 A 1 Ian eou�l�ari e -oScu(ee 14)A.andour PSI lan LIST OFFICERS AND DIRECTORS: NAME TITLE Ske ,c h e d (i st- 0-[ of i cars (-And i nci pa . If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Chest-r-fi A oc o -t5 iY1C ADDRESS: p O. 11 v' (aa 1 1,01sk har►on bActch , IJy t t 9rt 8 CONTACT: S Max. TELEPHONE: ts$1 a 8B • 5100 FAX: (f231 a BS • 5 I IA E-MAIL: ir1TU C0- inc. n-€-f ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: ChS.SA.r J,POL ASgD c,i a4e..S ) InC • ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: 1■1 IA If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) 0/A INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid 44 Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL I ISQUALI Y BIDDER. , , I 1# AUTHOR ZEP3 SIGNATURE Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The er si ping this bid, under the penalties of perjury, affirms the truth thereof. Vice President SWORN TO BEFORE ME THIS ignature&Comny Position Seth Allan Vice President I DAY OF 20 1 4- Type Name&Company Position Chesterfield Associates, Inc. I • (Soy,„ ,,RA) Name • ARY PUBLIC , May 14, 2014 JE 4IFER LINDAHL Notary Public, State of New York Date Signed No.01L16100337 Qualified In Suffolk County 15- 11-246-7864 Commission Expires 10/14/209T Federal I.D.Number Proposal Package 6 of 9 . I THE PROPOSAL FORM Pipes Neck Road Pedestrian Bridge Abutments VENDOR NAME: Chka{c-- ,Wd 4 soG(t.f.es, )nc VENDOR ADDRESS: Pb . Box ,as q (IQs ham.ptor black 3 1J y l l 91 g TELEPHONE NUMBER: 61.N oZ Se, • 5 1 O FAX: (93 I 613g • 51 Le l The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated 001 5ilt4 Proposal Package 7 of 9 TOWN OF SOUTHOLD PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS Lump Sum Proposal for: Town of Southold • ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY Furnish and Install New Steel Sheeting and 1 LS Continuous Bent Plate Cap for I 0 ED )'4 00 . 00 /LS 'S 10 L,2 )1-100 . 00 Dollars Cents 1. The Contractor shall receive the lump sum price for furnishing and installing new steel sheeting with a continuous bent plate cap to meet the requirements of the specifications found on the contract drawings(SP-1 &A-1)and completing the project in accordance with all contract documents. This work will be performed under the New York State Department of Environmental Conservation General Permit for Hurricane Sandy,GP-0-13-006. TOTAL &hunr.Lred (AM(s k. ►' � $ . 00 QO 5 � no Dollars Numerically WRITTEN IN WORDS PROPOSAL FORM AUTHORIZED SIGNATURE C ��� 17)4s n PRINT NAME S. !Wan TITLE �c,Q, Prri QISi✓ t DATE 51 Ili ! "1 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF SlAgO( ) ss.: On the day of M QLl in the year 2014 before me, the undersigned, personally appeared, S6-11 Al 1 , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. I..A:iogst IA r ( l 9 14, Zo N•` ARY P I :LIC JENNIFER LINDAHL Notary Public, State of New York No.01L16100337 Qualified in Suffolk County tt6~ Commission Expires 10/14/201; Proposal Package 9 of 9 • 1 1 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made.S.(2_,+.1-1 SUBMITTED BY: A Ian CkC-o-rporatio'O,/ �^ A ' f,, A Partnership or Entity FIRM NAME: OA es4d, � SSO U0-4 s) 'An Individual PRINCIPAL OFFICE: 61p (mob 11,1+1 Rocca Wes-l-ho,rnpton P,Ctrh )01 trorn PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE Sn P ri r■c t p as offi ckf s and- Kts(A- r is a-ttach"ea 1. How many years has your organization been in business under its present business name? 1st CO 2. You normally perform what percent of the work with your own forces? 90t List trades that you organization normally performs below: 44:(Prnat opt?ra rs, -Fr uc dr.(vas, d ack.b tki'obis, I a.bore,+rs, masons, and oa.rp n-i rs. 3. Have you ever failed to complete any work awarded to you? . If so, note where and why. NO 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes, please provide details. \les. S a tacked Jbxplanc ion • QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?,If yes, please provide details. I`rD . 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion attached l i s-f o-4 090 ?'-'J 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work Gtt1 CON ea l i s+ o-F }I.Q-fed Pro c-4 s QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity A ► posctbi€ 6(4. _,I w5Drs VeSums ecftcc,chd and p ro j 4cC una.na.- ers res5u n�_e odiach.ed ct 5D. 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? y /es . 10. Bank References: c tea ha. ,art re-re Ler\ L . 11. Trade Association Membership; QYva CDn�a.0 tIS Inc• - r S-tc ABC.' - Assoc(coec�$v� +t C'1 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes, when?What was the outcome of the investigation? yes . See c +o shed t planaiiort. QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF SVX0I1L ) COUNTY OF �� ) Sail, A l lan being duly sworn deposes and says that he is the Yj(g P('ecojdg-ttA4 of ehQSR...rfi.,Zid ASSoc.,InC, contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person wlio signed bid) Sworn to before me this i 4 day of MC , 2014 I Notary Public Commission Expiration Date: 2.0 I S / , JENNIFER LINDAHL '�' I Notary Public, State of New York No.01L16100337 Qualified In Suffolk County Commission Expires 10/14/2007 QS-4 Chn4J2 Aida Asccx i ale , lrlc . Town of Southold "Pipes Neck Road Pedestrian Bridge Abutments" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE! !!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 ASSAX404(Sj n BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. �✓ Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured,to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 hesterfield Contractors & Engineers ssociates Since 1968 P.O. Box 1229 • Westhampton Beach,NY 11978 Inc. phone:631-288-5100 • fax: 631-288-5161 E-mail:info @ca-inc.net www.ca-inc.net Officers & Principals The following is a list of all officers and principals of Chesterfield Associates, Inc. with their home addresses: E. Davies Allan, President 123 West Shore Road, Westport Island, Maine 04578 Seth Allan, Vice President 56 South Country Road,Westhampton Beach,NY 11978 Alexander T. Allan, Vice President 49 Seashore Avenue, East Quogue,NY 11942 Jeffrey E. Grube, Secretary/Treasurer 756 Hamilton Avenue,Westhampton Beach, NY 11978 JeanMarie LaVallee, Vice President 152 Dahlia Drive, Mastic Beach,NY 11951 New England Division: 123 West Shore Road•Westport Island, Maine 04578• phone: 207-882-5400•fax: 207-882-9308 e Contractors & Engineers ssoc iates Since 1968 P.O. Box 1229 • Westhampton Beach,NY 11978 Inc. phone:631-288-5100 • fax: 631-288-5161 E-mail:info@ca-inc.net www.ca-inc.net Town of Southold 53095 Route 25 P.O. Box 1179 Southold,NY 11971 Re: Pipes Neck Road Pedestrian Bridge Abutments Bidder's Qualification Statement—Question#4 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. Chesterfield Associates, Inc. successfully completed the Glen Cove Ferry project in 2012. During the course of construction a design flaw was discovered in regards to the bulkhead for the project. Chesterfield corrected the flaw following direction from independent engineers retained to evaluate and mitigate the design flaw. The City of Glen Cove initiated a claim against the architect and engineer for the project shortly after the flaw was discovered. At the advice of the City's attorneys they have now expanded that claim to include Chesterfield and Cameron Engineering,the inspection firm for the project. Our attorneys are confident that the claim against Chesterfield will not result in a judgment against us. Jef ey Grube, General Manager New England Division: 123 West Shore Road•Westport Island, Maine 04578• phone: 207-882-5400•fax: 207-882-9308 Town of Southold On-Going Projects Chesterfield Associates, Inc. Pipes Neck Bridge Abutments May 14, 2014 P.O. Box 1229 Greenport Westhampton Beach, NY 11978 OWNER PROJECT CONTACT CONTRACT % % COMPLETION TYPE OF WORK PRICE COMPLETE SUBLET DATE Suffolk County Dept. of Public Works Brown's Creek Bridge&Stormwater Carmine Notaro 3,044,416 28% Sep-14 335 Yaphank Avenue Remediation,C.P. #8240&5850 (631)852-5334 44% Yaphank, NY 11980 _ US DOT Federal Highway Division NY ERFO FIIS 2013-(2) Benjamin Dixon 2,182,526 5% Jun-14 Eastern Federal Lands Division Fire Island National Seashore Project Engineer 21400 Ridgetop Circle Reconstruction of Timber Boardwalks (631)965-8640 81% Sterling,VA 20166 DTFH71-13-C-00055, PMIS#201446 Suffolk County Dept. of Public Works Aspatuck&Beaver Dam Creek Serge Nepo 65,571 0% Apr-14 335 Yaphank Avenue Culverts Project Engineer 0% Yaphank, NY 11980 Westhampton Beach/Westhampton (516)938-0600 Town of Southold Completed Projects Chesterfield Associates, Inc. I Pipes Neck Bridge Abutments May 14,2014 P.O. Box 1229 Greenport Westhampton Beach, NY 11978 PROJECT CONTRACT DATE OWNER COMP- TYPE OF WORK CONTACT PRICE LETED NYS Office of Parks,Rec. Rehab Boat Basin&Fishing Pier August Muff, R.A. 3,003,324 Jun-13 &Historic Preservation CAP 2012-1; D004246 (631)321-3775 P.O. Box 247 Captree State Park Regional Manager II Babylon, NY 11702-0247 NYS DOT D261282; PIN 0808.62.301 Isaac Aliyu, E.I.0 3,875,691 May-13 250 Veterans Memorial Highway Concrete Pavement Repairs on Sagtikos (631)420-2863 Hauppauge, NY 11788 Parkway&NY 231, Hunt.,Babylon&Islip City of Glen Cove Contract#09-0800R,PIN 0757.52 John Pascucci,Jr. 13,325,917 Nov-12 9 Glen Street Ferry Terminal Waterborne&Site (516)827-4900 Glen Cove, NY 11542 Improvements,Glen Cove,NY Village of East Hampton Huntting Lane Bridge Replacement Larry Cantwell 250,384 Jun-12 86 Main Street Huntting Lane,East Hampton Village Administrator East Hampton,NY 11937 #8031 (631)324-4150 NYS Office of Parks,Rec. SM 2008-1 Kevin G. Mee,P.E. 254,025 Aug-09 &Historic Preservation Bridge Rehabilitation @ Sunken Meadow (631)321-3775 P.O. Box 247 State Park Babylon, NY 11702-0247 Kings Park, NY Creek Inc.,The Replacement of limber Robert Stein 105,350 Apr-07 One Horse Hollow Road Pedestrian Bridge General Manager Locust Valley, NY 11560 The Creek Club, Locust Valley, NY (516)676-1405 Page 1 of 1 I .. esterfield Contractors & Engineers ssoc i ates Since 1968 P.O. Box 1229 • Westhampton Beach,NY 11978 Inc. phone:631-288-5100 • fax: 631-288-5161 E-mail:info(ca-inc.net www.ca-inc.net E.Davies Allan 123 West Shore Road Westport Island,ME 04578 Personal: Married Three sons DOB 7/13/1940 Education: Pomfret Preparatory School Pomfret,Connecticut University of Pennsylvania Civil Engineering Experience: 1962-1967 Marken Machine,Keene,NH Technical Writer 1967-1968 Flanders Filters,Inc. Sales Engineer 1968-present Founded Chesterfield Associates Hold position of President/CEO Has directed and participated in challenging and unique timber bridge projects which have won numerous awards. Was nominated for the Loeb Fellowship at the Harvard School of Design. Was hired as an expert witness by Liberty Mutual to review the reconstruction of the Phillipi West Virginia covered bridge. Chesterfield has grown from three employees to over fifty with work covering all area of Long Island and the eastern seaboard from Maine to the Carolinas,including Government contract work. New England Division: 123 West Shore Road•Westport Island, Maine 04578• phone: 207-882-5400•fax: 207-882-9308 �+. 4 z a �y,.�' `' '. d-t ?>"#, .r a;sad- - C.:t �a' 3 t', ,fi $� 'F ..... >_ # t'h rq� '} ' " k`., M m'#. rv'' �tiFS `� -gt Address: 756 Hamilton Avenue, Westhampton Beach, New York 11978 Phone: 631.288.8785 I Mobile: 631.831.8926 I Email: jeffgrube@optonline.net PROJECT MANAGER I CONSTRUCTION ESTIMATOR QUALIFICATIONS PROFILE Multifaceted,innovative, • Exemplify outstanding construction reputation while frequently receiving requests from and well-respected engineers to provide feedback on various projects. professional offering more ° Offer wide-ranging knowledge of construction and trade requirements, including than 30 years of extensive architectural engineering,surveying,operating heavy equipment,excavation,and demolition. and hands-on experience in ▪ Possess comprehensive awareness of Occupational Safety and Health Administration(OSHA) construction industry, policies and procedures; dedicated to observing compliance with rules and regulations, including project ensuring project quality,and employing effective material handling procedure. management and estimation; ° Demonstrate excellent analytical and problem solving skills in identifying suitability of site contract negotiation and for project,as well as in determining and developing solutions to possible problems. administration;and change ▪ Show exceptional interpersonal abilities in establishing relationships and interfacing with all orders. levels of professionals to ensure project completion and apply design and structural modification. PROFESSIONAL EXPERIENCE CHESTERFIELD ASSOC3ATES INC.•WESTHAMPTON BEACH,NY—$12M to$14M construction company specializing in marine and bridge work General Manager 1998-Present Project and Operations Management ▪ Prepare and submit up-to-date information to company president concerning project profitability. o Adeptly manage the entire project operations including purchasing of project materials;hiring and firing of project managers;supervising turnover meetings for all projects;and maintaining compliance with the project budget. ▪ Closely collaborate with corporate accountant;supervise reserves and investments;and oversee the administration of insurance and bond procurement. o Track projects and investigate any lost to other contractors. ▪ Conduct weekly assessment of accounts payable and receivable,and provide approval of all payables. Cost Management and Estimation o Hold full accountability in developing cost for the completion of ongoing large projects for the middle and end of the fiscal year. ▪ Keep track of backlog and regularly evaluate monthly job costing. • Monitor and guarantee on-time billing of various projects, and periodically check the capabilities and accuracy of bookkeeper. o Boost functionality of company estimating software and generate regular update intervals for resources. o Oversee the updating of equipment costing in Computer Ease and Blue Book. Performance Evaluation ▪ Take full management of the controller, estimators, and project managers while sustaining professionalism and appearance of the office. • Evaluate employee performance through job completion meetings, and execute regular jobsite visits to look over the schedules with foremen. o Perform comprehensive study on employee review and pay structure. Policy and Procedure Development • Establish new policies as necessary and ascertain complete adherence to current policies. ▪ Analyze and modify company policies and procedures as needed. Client Service and Relations o Regularly visit and communicate with clients regarding the value offered by Chesterfield Associates,Inc. ▪ Retain excellent reputation by monitoring quality of work and increasing liability of field personnel. Strategic Planning and Implementation • Conduct strategic planning to maintain competitiveness and sustainability as a Public Works contractor. o Lead the implementation and oversight of long-term goals and growth. • Analyze and create methodologies to reduce overhead. Page 1 of 2 Address: 756 Hamilton Avenue, Westhampton Beach, New York 11978 Phone: 631.288.8785 I Mobile: 631.831.8926 I Email: jeffgrube@optonline.net Notable Accomplishments: ✓ Boosted revenue from approximately$7M to up to 14M annually,and launched new markets to the company. ✓ Acquired three Apprenticeship Training programs—a program necessary for company eligibility in executing public works projects,which were approved by the New York State Department of Labor. ✓ Established criteria and played an integral role in creating curriculum for the program. ✓ Proposed, managed, and assumed various responsibilities on the largest ongoing project with approximately $15M budget which gained various commendations and highlighted in a few publications. OTHER POSITION HELD: Vice President I Operations Manager 1979-1996 EARLIER CAREER NEW YORK PAVING,INC.,LONG ISLAND Cr1Y,NY—$50M road and bridge contractor with three divisions Project Manager I Division Manager UNITED STATES AIR FORCE,Honorable Discharge Aircraft Maintenance Specialist PROFESSIONAL DEVELOPMENT - Construction Safety and Health•10-Hour Occupational Safety and Health Training Course - Cable Crane Certification of Competence - Commercial Driver's License A - Instructor Certifications in Constructor Craft Laborer, Construction Essentials and Heavy Equipment Operator • National Center for Construction Education and Research(NCCER) - Certified installer of A.B.Chance Helical Products - Supervisors Safety Course PROFESSIONAL AFFILIATIONS Associated Builders and Contractors(ABC): Regional Council Chairman,Long Island/Metro Region of the Empire State Chapter(New York) I State Board of the Empire State Chapter,Chairman of the State Board I National Board of the ABC Merit Apprenticeship Alliance: Charter Member Construction Laborer,Dockbuilder,and Heavy Equipment Operator Trades: Construction Craft Instructor ACTIVITIES Volunteer,March of Dimes(MOD) I Fundraiser,Local Girl(Grace P) EDUCATION Coursework in Mathematics•Walton Junior College,Niceville,FL Coursework in Liberal Arts•Suffolk County Community College,Selden,NY TECHNICAL ACUMEN Microsoft Office Suite(Word,Outlook,and Excel) I B2W Estimating Software I Adobe I AGTEK Earthwork Software Basic knowledge of ComputerEase Accounting Software Page 2 of 2 • SETH ALLAN CHESTERFIELD ASSOCIATES, INC. RESIDENCE: P.O. Box 1229 56 South Country Road Westhampton Beach, NY 11978 Westhampton Beach 631-288-5100 ph (631) 288-5100 phone 631-288-5161 fax (516) 369-2079 cell Corporate Title: Vice-President, Operations Coordinator Email: seth c ca-inc.net PERSONAL • Married . Date of Birth - 12/6/1962 PROFILE • Skilled in prevention maintenance activities, including job scheduling, inventory control, and contractor supervision; read and interpret blueprints and schematics; specialized knowledge of marine services. . Estimating, project management, operations manager . Corporate Vice President&Field Operations Coordinator since 1996. Manage entire operations of companies dredging, pile driving, marine services, excavation, septic work and miscellaneous projects. . Company average sales volume since year 2000 - $10 - $12 Million EXPERIENCE HISTORY 1984 New York State Office of Parks&Recreation Reconstruction &Dredging of Short Beach Boat Basin Jones Beach State Park 1991 New York State Department of Transportation Mill Dam Creek Bridge Route 25 &East Marion 1993 New York State Department of Transportation Reconstruction of Bridge @ State Route 114 Shelter Island, Shelter Island Heights 1994 New York State Department of Transportation Reconstruction of Nissequogue River Bridge Route 25 and Route 25A, Smithtown 1996 Suffolk Country Department of Public Works Reconstruction &Drainage on CR16 Horseblock Road, Smithtown - continued— SETH ALLAN Dredging Projects George E.Vickers 3r. Residence Dredging Amount: 1,000 cubic yards George Post Residence Dredging Amount: 800 cubic yards Ramana Drive Properties Owner Association Dredging Amount: 1,500 cubic yards And many other miscellaneous small residential projects. Town of Smithtown Long Beach Bulkhead Dredging Amount: 3,000 cubic yards Presently—We have an on-going requirements contract with the Suffolk County Department of Public Works for dredging equipment use. CERTIFICATES/ LICENSES • CLASS A CDL LICENSE • UNLIMITED CRANE LICENSE Alexander T. Allan PO Box 241 East Quogue, NY 11942 Personal: Married DOB 10/3/1966 Education: Westhampton Beach High School Westhampton Beach,NY Experience: 1983-present Chesterfield Associates Vice President/Project Superintendent Certificates/Licenses Class A CDL Unlimited Crane License Work Experience - New York State Office of Parks, ($ 3.3 Million) Recreation & Historic Preservation Project No. RM 2006-601 D003745 East Boat Basin Restoration @ Robert Moses State Park USCG— CEU Providence, ($ 748,000) Task Order# HSCGG1-08-J-3WK134 Waterfront Alterations & USCG Station Jones Beach, Freeport, NY USCG—FDCC Atlantic ($ 2.1 Million) Task Order#HSCG47-07-J-A76001 Rehabilitate Waterfront at USCG Station Fire Island, Babylon,NY U.S. Department of the Interior ($ 2.2 Million) National Park Service - DSC Rehabilitate Protect Beach Facilities Fire Island National Seashore, FIIS-004 Barrett Beach Talisman Area Contract No. 1443C4500029095 (others available upon request) Christopher K. Runyan P.O. Box 463 Manorville,NY 11949 Personal: Single DOB 02/02/80 Experience: 12+ years Chesterfield Associates, Inc. Dockbuilder/Laborer/ Operator Interim Project Supervisor as Needed Certificates/Licenses Chance Helicals Certified Installer OSHA 10-Hour Safety OSHA 40-Hour Hazwoper Experienced with, but not limited to, the following: Project Site Preparation, Maintenance of Traffic, Subcontractor Schedules, Safety Management, Daily Construction Logs, Payroll Reports, Small Tools and Equipment, Heavy Equipment Project References: J. Tortorella Pools —Helical Installation— Sagaponack Value: $27,700— Completed September 2011 Caroline Apartments Co. —Kellis Pond Stairs & Dock Rehabilitation, Bridgehampton; Value: $49,000 — Completed September 2010 Village of Quogue —Beach Club Deck Substructure Value: $47,000 — Completed May 2010 Inc. Village of Port Washington North —Bay Walk Park Phase I Improvements Value: $600,800 — Completed February 2010 Air National Guard (NY) —Installation of Fence & Concrete Slab, Francis S. Gabreski Airport, Westhampton Beach; Value: $54,000 — Completed August 2008 Town of Babylon —Jetty Replacement, Bulkhead, Boardwalk & Fishing Pier at Tanner Park; Value: $2,215,200 — Completed October 2007 Joseph Castello 189 Pawnee Avenue Mastic,NY 11950 Personal: Married DOB 02/02/80 Experience: 10+ years Chesterfield Associates, Inc. Project Supervisor Certificates/Licenses Class A CDL OSHA Safety Heavy Equipment Operator Crane License Heavy Highway Construction Foreman Experienced with, but not limited to, the following: Project Site Preparation, Maintenance of Traffic, Subcontractor schedules, Safety Management, Daily Construction Logs, Payroll Reports, Hazard Material Handling, Small Tools and Equipment, Heavy Equipment, Recent Projects: City of Glen Cove Ferry Terminal, Glen Cove, NY; Value: $ 15 Million Completed September 2012 USCG Station New York, Staten Island Waterfront Repairs: Value: $148,296.00; Completed October 2011 NYS Dept. of Transportation— Guide Sign Requirements; Value: $2.7 Million Completed April 2011 Town of Brookhaven—Fire Island Pines Harbor Rehabilitation; Value: $1.8 Million Completed September 2006 152 Dahlia Drive James Mastic Beach,NY 11951 (631)281-6335 phone Lavery (631)774-5867 cell Professional Profile Detail oriented,hardworking individual with diversified experience in the construction field • NY State Licensed Crane Operator • Class A CDL License • Heavy Equipment Operator/Hauling • 50 ton Masters Coast Guard License • Class B Mechanic/Auto Body Repair • Pile Driving/Steel Sheet Driving • Dockbuilding • OSHA 10 hour Course Professirl; June 1993-present Chesterfield Associates,Inc. Westhampton Beach,NY Ee�, rier Construction Foreman Achievements: • 2003,supervised$1.4 million NYSDOT D258502 sign installation project,including span and cantilever structures • 2004,supervised$1.5 million NYSDOT D259011 concrete pavement repair project,included Night Time Operation. Traffic Control Supervisor • 2005,supervised$240k timber boardwalk installation, Town of Hempstead,Lido Beach • 2005,supervised$263k boardwalk rehabilitation project, National Park Service,Watch Hill • 2006-2007,supervised$2.7 million NYSDOT D260107 drainage/culvert project,Bayshore • 2008,supervised$200k project,Peconic River Canoe Launch,Riverhead • 2008-2009,supervised$750k waterfront alterations project at USCG Station Jones Beach • 2009,co-supervised$3.3 million NYS Parks and Recreation East Boat Basin at Robert Moses • 20011-present,supervised$4.1 million NYSDOT D261282,Concrete Pavement Repairs,Suffolk Co. Responsibilities: • Layouts and elevations • Schedule subcontractors • Determine equipment,materials and crew necessary daily • Traffic Control Supervisor • Interact with Engineer-in-Charge • Daily logs,payroll reports • Minor equipment repair on site,when necessary • Blueprint reading for pile driving Dominick Manglaviti, Jr. 7 Fanning Road Flanders,NY 11901 Personal: Married DOB 10/17/64 Experience: 9+ years Chesterfield Associates, Inc. Project Supervisor Certificates/Licenses Class A CDL OSHA Safety Heavy Equipment Operator Heavy Highway Construction Foreman Experienced with, but not limited to, the following: Project Site Preparation, Maintenance of Traffic, Subcontractor schedules, Safety Management, Daily Construction Logs, Payroll Reports, Hazard Material Handling, Small Tools and Equipment, Heavy Equipment, Recent Projects: 12/2006 to present— Supervisor of$3.1 Million NYS DOT D260292 Highway Runoff Mitigation Currently Project Superintendent of Glen Cove Ferry Terminal & Waterborne Improvements — Contract Value $10 Million LOUIS CAGLIANONE 33 ARGYLE DRIVE SHIRLEY,NY 11967 lcags(a,optonline.net (631)399-8820 SUMMARY I am a versatile,well rounded,detail minded individual with a broad range of construction and management experience.I have an excellent understanding of mechanical systems,am dependable and self motivated with good people skills. EDUCATION A.A.S.Construction Technology Suffolk Community College,Selden NY EXPERIENCE 2009 to present CHESTERFIELD ASSOCIATES,INC.,Westhampton Beach,NY Project Manager Daily responsibilities include material procurement,quality control,schedule coordination, submittals and material certifications. 2005 to 2009 CAPITAL BUILDERS OF LONG ISLAND INC. Moriches,NY Owner/President Responsible for all aspects of all size projects,residential and commercial,ranging from$1,000 to$750,000.From initial advertising,to estimates,customer relations,trades,budgets, materials,scheduling,quality control etc.I personally took every project from initial phone contact to final punch list..Average annual sales 2.0 million. 2002 to 2005 NELSON AND POPE Melville,NY Design Engineer Full site designs from initial client conception to final approval,sites ranging from small lots to large commercial projects,including all calculations and designs,parking,sanitary drainage,lighting etc. 2000 to 2002 TRITEC BUILDING CO.Setauket NY Project Manager/Site Super As project manager I was responsible for client relations on all parts of the project including scheduling,material deliveries,and site super coordination.As super responsibilities were site safety,coordination,scheduling,and quality control.Projects ranged from small commercial buildings to 5 story hotels. 1996 to 2000 AMERICAN ENGINEERING SERVICES Islandia/Plainview NY Office Manager Responsible for all day to day office and field operations,including coordination and scheduling,job costing,customer contacts,as well as computing and reducing field data and prepping for draftsmen.Also responsible for all subdivision and site designs. 1994 to 1996 KENNETH BECKMAN L.S.Ronkonkoma,NY Designer/Party Chief Site and subdivision design and layout,field note reduction Led a two man survey crew 1987 to 1994 Hawkins,Webb Jaeger Assoc.Port Jefferson,NY Draftsman,Designer,instrument man Draftsman,ink/Mylar as well as AutoCAD Instrument man,on a two and three person crew r1hesterfield Contractors & Engineers ssociates Since 1968 Inc. P.O. Box 1229 • Westhampton Beach,NY 11978 phone:631-288-5100 • fax: 631-288-5161 E-mail:info©ca-inc.net www.ca-Inc.net BANKING The following bank reference is provided: Bridgehampton National Bank 194 Mill Road Westhampton Beach, NY 11978 (631) 288-7756 Contact: Marie McAlary Operating Account#1200019790 Line of Credit: $500,000 New England Division: 123 West Shore Road•Westport Island, Maine 04578• phone: 207-882-5400•fax: 207-882-9308 ghlflpsterlieId Contractors & Engineers JSSOCiateS Since 1968 56 South Country Road P.O. Box 1229 Inc. Westhampton Beach, New York 11978 Phone: 631-288-5100 fax: 631-288-5161 ww.ca-inc.net E-Mail:info @ca-inc.net May 14, 2014 Town of Southold 53095 Main Road P.O. Box 1179 Southold,NY 11971 Re: Qualification Statement Question#12 Response Regarding Labor Law Violation To Whom It May Concern: This letter outlines the facts regarding Chesterfield Associates' past audit with the Department of Labor, Bureau of Public Works (DOL). The DOL determined that Chesterfield had underpayments on five projects from 1995-1998. Over 90% of these alleged underpayments are based on the DOL's recent interpretation of how prevailing wage benefit supplement payments are to be calculated. The new method is called "annualization." In sum, under annualization, even if a contractor pays every penny of benefits that they are required to on public work, the DOL will not "count" it unless that contractor pays prevailing rate on its private work, too. The net effect of this is to put every open shop contractor doing public work at risk. The only willful aspect of the case was for underpayments of wages due to clerical errors by the payroll clerk employed at the time. Although Chesterfield was charged with underpayments of wages on a willful basis, it was proved during the DOL hearings that both overpayments and underpayments were made to employees. The DOL will not give credit to overpayments however and deemed that the underpayments were considered willful. If you would like more information,please feel free to contact me. Very truly yours, Jeffrey E. Grube Secretary/Treasurer New England Division: 123 West Shore Road•Westport Island,Maine 04578•Phone: 207-882-5400•Fax: 207-882-9308 TOWN OF SOUTHOLD PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS GREENPORT,TOWN OF SOUTHOLD, SUFFOLK COUNTY,NEW YORK lititirfir si * .c*i)1. . * Awl 004 * d4ii., lilt IL. 41 11' . e . . .. . ,„„„.. .. ... ., . IN lot VP° '11"° it ea at # 0 111 '**# ...1 iito - . .4. I ; Prepared By: TOWN OF SOUTHOLD 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971 TABLE OF CONTENTS TOWN OF SOUTHOLD PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS Title Page Table of Contents Invitation to Bid Instructions to Bidders IB-1 thru IB-6 NYS Wage Rates Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 Conditions of Contract CC-1 thru CC-17 Proposal Form Package Proposal Form Package Pages 1 thru 9 Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 Specifications Division 1 NYSDEC General Permit GP-0-13-006 Six (6) Pages Pipes Neck Road Pedestrian Bridge—Drawing SP-1 Pipes Neck Road Pedestrian Bridge—Drawing A-1 SCOTT A. RUSSELL yO„, ,,.. CO JAMES A. RICHTER, R.A. SUPERVISOR o r MICHAEL M. COLLINS, P.E. GO TOWN HALL - 53095 MAIN ROAD K Tel. (631)-765-1560 r TOWN OF aax.SOUTHOLD,1) 5-90 YORK 1 1971 MICHAEL.COLLINSnTOWN.SOUTHOLD.NY.US �01 aO JAMIE.RICHTERa,TOWN.SOUTHOLD.NY.US OFFICE OF THE ENGINEER TOWN OF SOUTHOLD ADDENDUM NUMBER 001: May 7, 2014 Page 1 of 1 PROJECT: Invitation to Bid — PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS Greenport, Town of Southold Suffolk County, New York Attention Bidders: The following conditions shall replace the corresponding conditions in the original Bid Documents in their entirety for the above referenced project. Drawing Specification: Sheet SP-1 & A-1 NEW STEEL SHEET PILING Original Specification Note: "ASTM A572, Grade 50,MSZ 375 with 16 Mil Coal Tar Epoxy Coating.” Amended Specification Note: "ASTM A572,Grade 50,MSZ17-375 [Section Modulus=37.71]with 16 Mil Coal Tar Epoxy Coating." TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 1, 2014 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD May 15, 2014 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Jamie Richter, R.A. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-mandatory pre-bidder's conference will be held at 12:00PM on May 8, 2014 at the end of Pipes Neck Road in Greenport. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 8. Security for Faithful Performance 9. Time Limit to Complete Work 10. Bid Reservations 11. Non-Collusive Statement 12. Addenda and Interpretations 13. Method of Award 14. Single Price Bid Analysis 15. Municipal Exempt Status 16. Labor Law 17. Wage Rates 18. Insurance Required by the Town of Southold 19. Quantities IB - 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Pipes Neck Road Pedestrian Bridge Abutments in Greenport, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 PM prevailing time on Thursday May 15, 2014, at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM,PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge"when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit(as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until the completion of ten percent(10%) of the work under the Contract. IB -2 INSTRUCTIONS TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract required within ten (10) days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal,the security he deposited with his bid. 4. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans and Specifications or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the IB - 3 INSTRUCTIONS TO BIDDERS extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including all other expenses incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgement as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. (f)No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. 8. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE The successful bidder shall be required to execute a Performance Bond equal to one hundred percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1)year after the date of final acceptance of the work. The successful bidder, upon failure to execute and deliver the bonds required within ten (10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be relet including the cost of such reletting less the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by documentary evidence acceptable to the Town. After approval of the bonds and execution of the Contract and after ten (10) percent of the work has been completed,the bid security accompanying the bid will be returned. IB - 4 INSTRUCTIONS TO BIDDERS 9. TIME LIMIT TO COMPLETE WORK The contractor shall complete the work within two (2)months of execution of the Contract. 10. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 11. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 12. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Town Engineering Department of Southold - 53095 Route 25, P.O. Box 1179, Southold, New York 11971 or fax 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 13. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 14. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 15. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. IB - 5 INSTRUCTIONS TO BIDDERS 16. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11,which are hereby referred to and made a part hereof. 17. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 18. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a)Comprehensive Automobile Policy (b)Comprehensive General Liability (c)Excess/Umbrella Insurance (d)Owner's and Contractor's Protective Liability (e)Workmen's Compensation Insurance (f)Disability Insurance and Unemployment Insurance 19. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. IB - 6 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.state.ny.us oFNEry ^ Andrew M.Cuomo,Governor 9 a9J ye' Peter M.Rivera,Commissioner `1ENT Town of Southold Schedule Year 2013 through 2014 James Richter,Engineer Date Requested 04/16/2014 53095 Main Road PRC# 2014003315 PO Box 1179 Southold NY 11971 Location Pipes Neck Road End Project ID# Project Type Installation of steel sheeting and a welded plate cap for use as a bridge support. Bridge to be supplied by others. PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2013 through June 2014. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name&Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W.Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240 www.labor.state.ny.us. PW 200 PWAsk @labor.state.ny.us STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract,whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $2,000,000(two million dollars) on account of all accidents (general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $5,000,000 (Five million dollars) each occurrence and aggregate. SIR - 1 STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit(CSL) of$1,000,000(one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: 1. Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate SIR - 2 STANDARD INSURANCE REQUIREMENTS Description of operations/locations/etc. Box must include the statement: "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD 53095 ROUTE 25, P.O. BOX 1179 SOUTHOLD,NY 11971 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR - 3 GENERAL CONDITIONS INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GC - 1 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC - 2 GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract, to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first-class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law (Town Code)with all subsequent changes, additions or corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s) pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Demolition permit (2) Building permit (2) Fire prevention permit (3) Health Department/Application to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection (3) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor" GC -4 GENERAL CONDITIONS to coordinate with the building department and other agencies and to obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors(prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards) with all subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall be at the option of the Highway Department. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1A. GC - 5 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury(including death) and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GC - 6 GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS, OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY TOILET: The Contractor shall provide and maintain a sanitary temporary toilet. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at all times. Upon removal of the temporary outside toilet, the vault shall be disinfected, filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work the materials and appliances used or to be used appear to the Engineer as insufficient or improper for assuring the quality of the work required, or the required rate of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any GC - 7 GENERAL CONDITIONS increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures,pipe lines, etc. 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative; that is in addition to each and every remedy herein provided. GC - 8 GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion of the work shall, in the opinion of the Owner, require repairing, replacing, or rebuilding, the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof, the Owner shall have the right to terminate the Contract. 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. GC - 9 GENERAL CONDITIONS 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed, remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours'notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary,prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. GC - 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation; the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned up neatly, any damage repaired and premises restored to their original condition. 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. GC - 11 GENERAL CONDITIONS 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas No person shall discharge explosives in the ground,nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however, that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. GC - 12 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 10. Contract Security 11. Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work,Persons and Property 24. Representations of Contractor 25. Patent Rights 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades,Lines,Levels,and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CC - 1 CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications,the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgement of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his,their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgement of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC - 2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid,no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1)By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3)If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, additional premiums upon the performance bond of the Contractor and the use of small tools. 4. TIME OF ESSENCE INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. 6. TIME OF COMPLETION The time of completion of the entire contract work shall be SIXTY (60) DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6—Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10. CONTRACT SECURITY (a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%) of the amount of the bid as security for the faithful performance of the Contract, and for the payment of all persons performing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1)year after the date of acceptance of the work by the Engineer. CC - 4 CONDITIONS OF CONTRACT (b) Additional or Substitute Bond: If at any time the Owner shall be or become dissatisfied with any surety or sureties, or if for any other reason such bond shall cease to be adequate security to the Owner, the Contractor shall within five (5) days after notice from the Owner to do so, substitute an acceptable bond in such form and sum and signed by such other surety as may be satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall have been qualified. 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities CC - 5 CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight(8)hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932,provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen (16) years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash and not less often than once each week. CC - 7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Lump Sum: Upon the completion and acceptance of the work specified and contracted for, the Owner will pay the full amount, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. (b) Contractors and subcontractors are required to submit to the Town a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury, prior to being paid for the work under this contract. 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. CC - 8 CONDITIONS OF CONTRACT Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If, however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies,materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. CC - 9 CONDITIONS OF CONTRACT 21. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. 23. PROTECTION OF WORK,PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes,traffic signals or other visible devices maintained for the use of the public. CC - 10 CONDITIONS OF CONTRACT 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant, materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work,the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation,the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgement, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception all the work shall be governed and so performed. CC - 11 CONDITIONS OF CONTRACT 27. CHANGES AND ALTERATIONS The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be,by the Contractor, at his own expense. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgement of the Engineer shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship and agrees to correct any defects, which may appear within one year following the final completion of the work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. 29. WEATHER CONDITIONS In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgement of the Owner, be necessary: (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or CC - 12 CONDITIONS OF CONTRACT materials for the work; (b) To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, (a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified(or any duly authorized extension thereof)or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven (7) days'notice to the Contractor, terminate the employment of the Contractor and his rights to proceed either as to the entire work or(at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work (including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated, the Owner may take possession of and utilize in completing the CC - 13 CONDITIONS OF CONTRACT work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed,the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event, the liability of the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be obligated to pay to the Owner any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a) To store his apparatus,materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material, temporary structures, plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in CC - 14 CONDITIONS OF CONTRACT connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract,then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership, or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or CC - 15 CONDITIONS OF CONTRACT submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 40. GRADES,LINES,LEVELS AND SURVEYS Upon completion of the demolition and excavation work under this Contract, the Contractor shall fill all excavated areas with clean granulated fill to natural grade and restore all disturbed areas with 6" of topsoil and grass seed mix as per the project Specifications. 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor,his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. CC - 16 CONDITIONS OF CONTRACT 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member,partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination,but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 45. EXEMPTION FROM SALES AND USE TAXES In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision(a)paragraph(L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15) and(16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of an organization described in subdivision (a) of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure,building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus, Albany,New York, 12227. CC - 17 Town of Southold "Pipes Neck Road Pedestrian Bridge Abutments" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE!! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ❑ As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured,to be on file in the Purchasing Department. You will be given ten(10)business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. ❑ Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Pipes Neck Road Pedestrian Bridge Abutments VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 9 TOWN OF SOUTHOLD PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install New Steel Sheeting and 1 LS Continuous Bent Plate Cap for /LS Dollars Cents 1. The Contractor shall receive the lump sum price for furnishing and installing new steel sheeting with a continuous bent plate cap to meet the requirements of the specifications found on the contract drawings(SP-1 &A-1)and completing the project in accordance with all contract documents. This work will be performed under the New York State Department of Environmental Conservation General Permit for Hurricane Sandy,GP-0-13-006. TOTAL $ Dollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? . If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of ,2014 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of AD Two Thousand and Fourteen by and between the Town of Southold, party of the first part (hereinafter called the Owner), and , party of the second part (hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work of constructing the "Pipes Neck Road Pedestrian Bridge Abutments" AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and (FILL IN FIRM NAME) , the project engineers, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Scott A. Russell, Supervisor TITLE BY Martin Finnegan,Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 DIVISION 1 -GENERAL REQUIREMENTS TOWN OF SOUTHOLD PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, PLANS, SCHEDULES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS—DIVISION NO. 1 —GENERAL REQUIREMENTS Included in this Division are the following sections: 01010 General 01025 Measurement and Payment 01500 Construction Facilities & Temporary Controls 01501 Health& Safety Provisions 01502 Environmental Protection 01770 Project Closeout DIVISION 1 -Page 1 of 17 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010- GENERAL SITE The site of the proposed general construction for the PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS is located in the Town of Southold at the end of Pipes Neck Road, County of Suffolk, and State of New York. BACKGROUND The Pipes Neck Road Pedestrian Bridge was washed out by Hurricane Sandy and its existing concrete bridge abutments were damaged beyond use or repair. New steel sheeting will be driven behind the remaining concrete abutments and provided with a continuous bent plate cap. The new steel sheeting and continuous bent plate cap will be utilized by the Town of Southold to support a pre-manufactured aluminum pedestrian bridge as part of a follow-on project. This work will be performed under the New York State Department of Environmental Conservation General Permit for Hurricane Sandy, GP-0-13-006. SCOPE A. The Contractor is to be advised that a pre-bid site visit is scheduled for May 8, 2014 at 12:00 PM, and it is Strongly Recommended that each contractor bidding on the project attend this site visit. B. In general,the work shall include but not be limited to the following: • Installation of new steel sheeting on both sides of Pipes Creek • Installation of continuous bent plate caps on all new steel sheeting • Restoration of all disturbed areas of the site to pre-construction condition C. Without restricting the generality of the foregoing and for the convenience of each Contractor, the items of work are specified under the Standard 16 Uniform Divisions of the Construction Specifications Institute as follows: 1. General Requirements 2. Site Work(See Drawings SP-1 and A-1) 3. Concrete(Not Used) 4. Masonry(Not Used) 5. Metals(Not Used) 6. Wood (Not Used) 7. Thermal and Moisture Protection(Not Used) 8. Doors and Finish Hardware (Not Used) 9. Finishes(Not Used) 10. Specialties(Not Used) 11. Equipment(Not Used) 12. Furnishings(Not Used) 13. Special Construction(Not Used) 14. Conveying Systems (Not Used) DIVISION 1 -Page 2 of 17 DIVISION 1 -GENERAL REQUIREMENTS 15A. H.V.A.C. (Not Used) 15B. Plumbing(Not Used) 16. Electrical (Not Used) D. The work covered under these Divisions shall be bid under one(1) separate Contract: 1. Contract A-General Construction 2. Contract B -H.V.A.C.—NOT USED 3. Contract C -Plumbing—NOT USED 4. Contract D—Electrical—NOT USED E. The Prime Contractor shall be responsible for coordinating the contractual construction schedule. Upon award of this contract the Prime Contractor shall submit a computer generated critical point method schedule indicating all items of work under the contract and in accordance with the Contractor's associated work. It is the Contractor's responsibility to update the schedule as required to reflect any changes in the schedule. SHOP DRAWINGS The Contractor shall make or provide any shop drawings, cuts or samples which the Engineer may require for the approval of details and to show the construction as it will be installed. No shop drawing shall be issued or used until it has been approved by the Engineer or his representative. After approval, no changes or deviations shall be made without written notice being sent to the Engineer. The Engineer's approval shall not relieve the Contractor from responsibility for deviations from the Drawings or Specifications unless he has, in writing, called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit Four(4)copies of each requested item to the Engineer for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor, and who shall be acceptable to the Engineer. The Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall be at once discharged and shall not be again employed. INSPECTION All proposed work under this Contract shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer regarding any items of construction or reconstruction that may be questionable. DIVISION 1 - Page 3 of 17 DIVISION 1 - GENERAL REQUIREMENTS MAINTENANCE AND PROTECTION OF TRAFFIC The Contractor shall so conduct his operations as to interfere to the least extent practicable with the passage of vehicles, pedestrians and all other kinds of public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of his operations. The Contractor shall enforce regulations and restrictions as may be necessary or required for the protection of fire, accidents, property damage and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as may be required for the protection of traffic. The Contractor shall not deposit or store any equipment or materials within the Site Area except with written permission from the Engineer. MAINTENANCE AND PROTECTION OF UTILITIES A. The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. B. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Engineer. C. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right- of- way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. LABOR,LAWS AND WORKMANSHIP A. All Contractors and Subcontractors employed upon the work shall and will be required to conform to the Labors Laws of the State of New York, the Occupation Safety and Health Act of the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. B. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. QUALIFICATIONS All bidders must have been established in the type of construction of whichever Prime Contract DIVISION 1 -Page 4 of 17 DIVISION 1 -GENERAL REQUIREMENTS they are submitting a bid for as specified in the Contract Documents for a period of at least five (5) years. Bidders must furnish a list of a minimum of five (5) projects of similar type construction that was built by them in the Nassau - Suffolk area. List must contain name, address and telephone number of client's engineer for which each project was undertaken by Contract. A minimum of five (5) of the projects must have been built for municipal clients. APPROVAL OF SUBCONTRACTORS A. No Subcontractors shall be employed on the work unless prior approval has been given by the Engineer. The Contract shall, within five (5) days after signing of the Contract, submit a list of proposed Subcontractors to the Engineer for approval. The list shall contain firm names, names of all principals and addresses and projects completed by each Subcontractor and names, addresses and telephone numbers of the particular project's Engineer for which the Subcontractor on the aforementioned project list must have been of similar nature. A minimum of five (5) projects for each proposed Subcontractor must be submitted. B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notify the Engineer at least 24 hours prior to discharge, stating the reasons, and shall provide the Engineer with the name and qualifications of the replacement Subcontractor for approval by the Engineer. This action is deemed necessary to maintain continuity of the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons shall be borne by the Contractor. STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform with the latest A.S.T.M., A.W.P.A., A.S.A., N.E.C., I.E.S., etc. Specifications as may relate to or govern the construction work. CONTRACT DRAWINGS The drawing accompanying and forming part of these Specifications bears the title Pedestrian Bridge Pipes Neck Road. CLEAN-UP The Contractor shall at all times keep the construction area, including storage areas used by him, free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the Engineer. GUARANTEES A. Before issuance of the final certificate, the Contractor shall deliver to the Owner the following guarantees in addition to those specifically required in the General Conditions DIVISION I - Page 5 of 17 DIVISION 1 - GENERAL REQUIREMENTS and in the various technical sections. B. Should any defects develop in the aforesaid work within the stipulated periods due to faults in materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherwise affected by making of the repairs or corrective work shall be done without any cost or expense to the owner, and at the entire cost and expense of the Contractor, within five(5) days after notice to the Contractor. The owner may have the work done and charge the cost thereof to the Contractor and/or his Sureties who agree to pay the owner the cost of such work if the Contractor fails to respond as required. END OF SECTION SECTION 01025—MEASUREMENT AND PAYMENTS DESCRIPTION The Contractor shall furnish all labor, materials, tools, equipment, appurtenances and all services necessary to perform all Work as required by the plans and specifications or as required by the Engineer, at the lump sum or unit prices for the items listed herein. Upon the completion and acceptance of the work specified and contracted for, the Owner will pay the full amount, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. END OF SECTION SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE Work shall include but not be limited to the following: A. Temporary Controls — Barriers, enclosures and fencing, protection of the Work, and water control. B. Construction Facilities — Access roads, parking, progress cleaning, project signage, and temporary buildings. DIVISION 1 - Page 6 of 17 DIVISION 1 - GENERAL REQUIREMENTS TEMPORARY SANITARY FACILITIES A. The Contractor shall provide at the site suitable enclosed toilet facilities for the use of construction personnel. The Contractor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing facility shall be provided for the construction personnel. C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory manner and enforce proper use of the sanitary facilities. D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited in or around the construction site. E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary permits and fees required for temporary sanitary facilities. F. Comply with all applicable codes and arrange for all necessary inspections and approvals. FIRST-AID FACILITIES AND ACCIDENTS A. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. B. Accident 1. The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witness. 2. If death or serious injuries or serious damages are caused, the accident shall be reported as soon as practicable by telephone or messenger to both the Owner and the Engineer. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. PARKING The Contractor's personnel shall not park on the main road or adjacent private side streets. DIVISION 1 -Page 7 of 17 DIVISION 1 - GENERAL REQUIREMENTS PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as designated by the Owner. REMOVAL OF UTILITIES,FACILITIES AND CONTROLS A. Clean and repair damage caused by installation or use of temporary work. B. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified conditions. END OF SECTION SECTION 01501 —HEALTH AND SAFETY PROVISIONS REQUIREMENTS A. The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance wit the following guidelines: 1. Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910 — Occupational Safety and Health Standards, and 29 CFR 1920—Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. B. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private property, the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as necessary and the Contractor shall comply with such orders. If, under such circumstances, the Contractor does not or cannot or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the Owner may put the work into such a condition that it shall be, in his opinion, in all respects safety, and the Contractor shall pay all expenses of such labor and materials as may have been used for this purpose by him or by the Owner. The fact that the Owner or the Engineer does not observe a safety hazard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or claims for DIVISION 1 - Page 8 of 17 DIVISION 1 -GENERAL REQUIREMENTS loss, damage, or injury by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Owner acting under authority of this Section. C. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work, whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole responsibility to anticipate and provide such additional safety precautions, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION SECTION 01502- ENVIRONMENTAL PROTECTION WORK INCLUDED A. The Contractor shall furnish all labor, equipment, and materials required for environmental protection during and as the result of construction operations under this Contract except for those measures set forth in other provisions of these Specifications. Environmental protection requires consideration of air, water and land, and involves noise and solid waste management as well as other pollutants. APPLICABLE REGULATIONS A. In order to prevent environmental pollution and to provide for environmental protection arising from construction activities related to the performance of this Contract, the Contractor and his subcontractors shall comply with all applicable, Federal, State and local laws and regulations concerning environmental protection, as well as the specific requirements stated in this Section and elsewhere in the Specifications. SUBMITTALS A. Implementation Plan Prior to commencement of the work, the Contractor shall: 1. Submit in writing his plans for implementing this Section for environmental protection. 2. Meet with the Engineer to develop mutual understandings relative to compliance with the provisions of this Section and administration of the environmental protection program. DIVISION 1 - Page 9 of 17 DIVISION 1 -GENERAL REQUIREMENTS B. Erosion and Sedimentation Plan 1. The Contractor shall submit to the Engineer for approval, a detailed erosion and sedimentation plan sufficiently in advance of construction so as not to delay initiation of work. The plan shall include location and construction details of the Contractor's proposed dikes, basins, etc. In addition, the Contractor shall provide and submit his control measures for stockpile material. No site work may commence without an approved plan. Plan should conform to New York State Guidelines for Urban Erosion and Settlement Control. 2. Contractor is to size the erosion and sediment control system consistent with the NOAA Climatologically Summary data for Albany, New York. PRODUCTS GENERAL A. All materials shall be in accordance with the Contractor's plan for environment protection. MATERIALS A. Silt Fence 1. Silt fence shall be Style 1380 silt stop as manufactured by Amoco Fabrics and Fibers Company, or equivalent. B. Hay 1. Hay for use as erosion barrier shall be baled in rectangular bales and shall be tied with twine. C. Snow Fence 1. Snow fence shall be vertical wood lath tied with wire. Snow fence shall be a minimum of 36 inches in height with wood lath spaced approximately 3 inches on center. D. Burlap 1. Burlap erosion control fabric shall be a woven landscaping fabric such as geojute, as manufactured by Belton Industries or equivalent. DIVISION 1 -Page 10 of 17 DIVISION 1 - GENERAL REQUIREMENTS EXECUTION PROTECTION OF LAND RESOURCES A. General — It is intended that the land resources within the projects boundaries and outside the limits of permanent work performed under this Contract be preserved in their present condition, or be restored to a condition after completion of construction, that will appear to be natural and not detract from the appearance of the project. The Contractor shall confine his construction activities to areas defined on the Plans or in the Specifications except with written approval of the property owners and the Engineer. B. Prevention of Landscape Defacement— Limits of working areas includes areas for storage of construction material, and shall be cleared in a manner which will enable satisfactory restoration and which will not affect the environment during or after the construction period. The Contractor shall not enter beyond the working limits of the working area except with written approval of the Engineer and Owner. C. Location of Storage — The location of areas for storage of the Contractor's materials required temporarily in the performance of the work, shall be within the limits of the working area and shall require written approval of the Engineer prior to use. The preservation of the landscape shall be an imperative consideration in the selection of all such sites. Where temporary structures are constructed on sidehills, the Engineer may require cribbing to be used to obtain level foundation. Benching or leveling of earth may not be allowed, depending on the location of the proposed facility. D. Post-Construction Cleanup or Obliteration — The Contractor shall obliterate all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of construction. It is anticipated that excavation, filling and plowing of roadways will be required to restore the area to near natural conditions which permit the growth of vegetation thereon. The disturbed areas shall be graded and filled as required, and topsoil shall be spread to a depth of no less than 6 inches over the entire area and the entire area shall be seeded. PROTECTION OF WATER RESOURCES A. General — The Contractor shall not pollute streams, lakes or reservoirs with fuels, oils, bitumens, calcium chloride, acids, or harmful materials. It is the responsibility of the Contractor to investigate and comply with all applicable, Federal, State, County, and Municipal laws concerning pollution of rivers, streams and impounded water. All work under this Contract shall be performed in such a manner that objectionable conditions will not be created in streams through, or bodies of water adjacent to, the project area. DIVISION 1 - Page 11 of 17 DIVISION 1 - GENERAL REQUIREMENTS B. Erosion— Surface drainage cuts and fills within the construction limits, whether or not completed, and from borrow and waste disposal areas, shall, if turbidity producing materials are present, be held in suitable sedimentation basins or shall be graded to control erosion within acceptable limits. Temporary erosion and sediment control measures such as berms, dikes, drains or sedimentation basins, if required to meet the above standards, and shall be provided and maintained until permanent drainage and erosion control facilities area completed and operative. The area of bare soil exposed at any one time by construction operations should be held to a minimum. C. Apply temporary mulch on denuded ground immediately after rough grading is completed. This shall apply to all reasons not subject to appreciable traffic during construction, even those that are to receive some form of construction later if ground is to be exposed 30 days or more. D. Upon approval by the Engineer, stream and drainage ditch crossing by fording with equipment shall be limited to control turbidity, and in areas of frequent crossings, temporary culverts or bridge structure shall be installed. Any temporary culverts or bridge structures shall be removed upon completion of the project. Fills and waste areas shall be constructed by selective placement to eliminate silts or clays on the surface that will erode and contaminate adjacent streams. E. Spillages — At all times of the year, special measures shall be taken to prevent chemicals, fuels, oils, greases, bituminous materials, waste washings, herbicides and insecticides and cement and surface drainage from entering public waters. Should a spillage into the public waters occur, the Contractor shall immediately notify the proper authorities. The Contractor will be responsible for any and all costs associated with the cleanup of spillages. F. Washing and Curing Water — Water used in embankment material processing, aggregate processing, concrete curing, foundation and concrete cleanup and other wastewaters shall not be allowed to re-enter the waterway if an increase in the turbidity of the waterway will result therefore. At the point where this water enters the waterway, precautions must be taken to assure that no permanent damage or serious temporary damage is caused by change of the pH factor of the stream or by introduction of nutrients or oxygen-consuming materials. Chemicals shall be adjusting pH factor, if required. G. Disposal — Disposal of any materials, wastes, effluents, trash, garbage, oil, grease, chemicals, etc., in areas adjacent to streams or other waterways shall be strictly prohibited. If any waste material is dumped in unauthorized area, the Contractor shall remove the material and restore the area to the condition of the adjacent undisturbed area. If necessary, contaminated ground shall be excavated, disposed of as specified hereinbefore, and replaced with suitable fill material, compacted and finished with topsoil, all at the expense of the Contractor. DIVISION 1 - Page 12 of 17 DIVISION 1 - GENERAL REQUIREMENTS PROTECTION OF FISH AND WILDLIFE A. The Contractor shall at all times perform all work and take such steps required to prevent any interference or disturbance to fish and wildlife. The Contractor will not be permitted to alter water flows or otherwise disturb native habitat adjacent to the project area which, in the opinion of the Engineer, are critical to fish or wildlife. Fouling or polluting of water will not be permitted. Wash waters and wastes shall be processed, filtered, pounded, or otherwise treated prior to their release into streams or other waterways. Should polluting or fouling the water occur, the Contractor shall immediately notify the property authorities. The Contractor will be responsible for any and all costs associated with the cleanup of polluted or fouled waters. MAINTENANCE A. The Contractor shall dispose of all discarded debris, aggregate samples and concrete test samples from any source whatsoever, in a manner approved by the Engineer. Toilet facilities shall be kept clean and sanitary at all times. Services shall be performed at such a time and in such a manner to least interfere with the operations. Services shall be accomplished to the satisfaction of the Engineer. B. The contractor shall frequently remove material no longer required on the site, such as excess excavated material, forms, temporary structures and similar materials and equipment so that, at all times, the site, access routes to the site and any other areas disturbed by his operations shall present a neat, orderly, workmanlike appearance. C. Before substantial completion inspection, the Contractor shall remove all surplus material, false work, temporary structures, including foundations thereof, plant of any description, and debris of every nature resulting from his operations, and put the site in a neat, orderly condition; and restore all areas which have been used for storage of materials and equipment, and all areas which have been disturbed by his operations, to their original condition or to a condition satisfactory to and approved by the Engineer. DUST CONTROL A. The Contractor shall maintain all excavations, embankments, stockpiles, haul roads, permanent access roads, and waste areas, borrow areas and all other work areas within or without the project boundaries free from dust which would cause a hazard or nuisance to others or contaminate surface water. B. The Contractor shall, at his own expense, keep dust under control at all times on all roadways and other areas adjacent to the work or on the site of the work by the use of at least once a day and at other times when directed, (including after working hours, Saturdays, Sundays and holidays), of self-loading motor sweepers, vacuums, spraying water, and a combination of these methods. DIVISION 1 - Page 13 of 17 DIVISION 1 -GENERAL REQUIREMENTS C. Approved temporary methods of stabilization consisting of motor sweepers, vacuums, spraying water, and a combination of these methods, will be permitted to control dust. Spraying water shall be repeated at such intervals to keep all parts of the disturbed area at least damp at all times, and the Contractor shall have sufficient suitable equipment on the job to accomplish this, if sprinkling is used. Dust control shall be performed daily as the work proceeds and whenever a dust nuisance or hazard occurs. D. All areas undergoing excavation, grading, filling, cutting or subject to other dust- producing activities by vehicles should be subjected to dust-inhibiting practices. The use of liquid palliatives and penetrating asphalted materials will not be permitted. Anchored mulch (asphaltic binders will not be permitted) shall be applied to non-traffic areas subject to blowing as a temporary treatment. Permanent vegetation shall be established as soon as possible. E. Contractor shall perform his operations such that the Federal particulate standards of 15 mg/m3 of respirable dust for a 24-hour period are not exceeded at the facility property line. NOISE CONTROL A. The Contractor shall use every effort and means possible to minimize or eliminate noise caused by his operation which the Engineer may consider objectionable. The Contractor shall provide working machinery, designed to operate with the least possible noise. The Contractor is responsible for maintaining compliance with all applicable noise regulations and all State and local noise ordinances. PESTICIDES AND HERBICIDES A. Where pesticides or herbicides are to be used in construction operations, data relative to restrictions on the type or types of material available and approved for application to control or eradicate vegetation, insects or organisms shall be obtained from the State or County agriculture departments. The amount of pesticide applied shall be limited to the recommended dosage. Application equipment shall provide an even distribution of the materials in accordance with the approved rate in terms of pounds per acre. Materials delivered to the site shall be covered and protected from the elements. Contents of the containers shall not be exposed. Application equipment or empty containers shall not be rinsed and discharged to the natural drainage channel. The rinse water shall be disposed of in a manner that would not cause pollution of surface or groundwater. Should pollution of the surface or groundwater occur, the Contractor shall immediately notify the proper authorities. The Contractor will be responsible for any and all expenses associated with the cleanup of the pollution of the surface or groundwater. DIVISION 1 - Page 14 of 17 DIVISION 1 - GENERAL REQUIREMENTS PROHIBITED CONSTRUCTION PROCEDURES A. The Contractor is advised that the disposal of excess excavated material in wetlands, stream corridors and floodplains is strictly prohibited. Any violation of this restriction by the Contractor or any person employed by him, will be brought to the immediate attention of the responsible regulatory agencies, with a request that appropriate action be taken against the offending parties. Therefore, the Contractor will be required to remove the fill at his own expense and restore the area impacted. B. The Contractor shall at a minimum be strictly prohibited from performing the following construction procedures: 1. Dumping of spoil material into any stream corridor, any wetlands, any surface waters, or an unspecified location. 2. Indiscriminate, arbitrary or capricious operation of equipment in any stream corridors, any wetlands or surface waters. 3. Pumping of silt-laden water from trenches or other excavations into any surface waters, any stream corridors or any wetlands. 4. Damaging vegetation adjacent to, or outside of, the access road or the right-of- way. 5. Disposal of trees, brush, and other debris in any stream corridors, any wetlands, any surface waters, or at unspecified locations. 6. Permanent or unspecified alternation of the flow line of any stream. 7. Burning of project debris. 8. Location of storage stockpile areas in environmentally sensitive area. 9. Disposal of excess or unsuitable excavation material in wetlands or floodplains even with permission of the property owner. 10. Discharging silty or muddy water from demucking or dewatering operations into natural water courses. END OF SECTION DIVISION 1 -Page 15 of 17 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01770- PROJECT CLOSEOUT A. Clean-up Prior to Final Acceptance 1. Clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. 2. All basins, manholes, and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration called for in the items of the Specifications shall be complete in every detail. 3. Remove stains,prints,paint, and soil marks of any nature from all ceilings, walls, floors,hardware,new and existing fixtures and equipment. B. Final Inspection 1. Upon completion of work under the Contract,notify the Owner and Engineer that work is complete and ready for final inspection. 2. The work shall be inspected within a reasonable period of time, and list shall be prepared showing all items of work, if any, requiring correction or attention on the part of the Contractor. 3. Upon satisfactory completion of remedial work, the Engineer will issue notification and application for final payment may be submitted in accordance with the appropriate Article of the General Conditions. 4. Use of Completed Portion - The Owner shall have the right to take possession and use any completed or partially complete portions of the work notwithstanding that the time of completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with Contract Documents. C. Documents Required to be Delivered to Engineer 1. Release of liens 2. Affidavit from all Subcontractors and material suppliers for job, stating that they have been paid. 3. Affidavit that all payrolls, bills for materials, equipment and other indebtedness connected with the work has been paid. 4. Releases and waivers of liens from Subcontractors, if required by the Owner. 5. Consent of surety to final payment. D. Guarantees 1. Before issuance of the Final Payment, the Contractor shall deliver to the Owner the following guarantee in addition to those specifically required in the General DIVISION 1 -Page 16 of 17 DIVISION 1 - GENERAL REQUIREMENTS Conditions and in the various Technical Sections of the specifications. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one (1)year, for longer periods where so provided for in any manufacturers literature, from the date of the issuance of the Final Certificate by the Engineer. Should any defect develop in the aforesaid work within the stipulated periods due to faulty materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. The Contractor at the expense of the Contractor shall complete such repairs and corrective work, including the cost of making good all the work damaged by or otherwise affected by the making of the repairs or corrective work, within five (5) days after notice to the Contractor by the Owner. In case the Contractor fails to do the work so ordered, the Owner may have the work done and charge the cost thereof against the monies retained as provided for in the contract and if no money is available, the Contractor and/or his sureties agree to pay the owner the cost of such work. 2. Obtain, endorse and provide separate guarantees from sub-Contractors where called for in the various sections of this specification. END OF DIVISION DIVISION 1 - Page 17 of 17 NYSDEC GENERAL PERMIT GP-0-13-006 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION General Permit Number GP-0-13-006 PERMIT Under the Environmental Conservation Law (ECL) GENERAL PERMIT GP-0-13-006 Hurricane Sandy General Permit Permittee and Facility Information Permit Issued To: Facility: Affected Landowner Location Listed on Notice of Intent Applicable DEC Region(s): 1 General Permit Authorized Activity: General Permit for repair of damages resulting from Hurricane Sandy. Description of Authorized Activities: 1. Stabilization of existing functional storm-damaged dwellings, decks and walkways with temporary bracing and pilings; 2. Construction of a single 4'wide access walkway to access damaged dwellings; 3. Installation of up to four rows of sandbags or 1 cubic yard sand cubes at the toe of storm damaged structures or eroded escarpments; 4.Placement of sand and/or material equivalent to existing material at the toe of eroded escarpments; 5. Repair or reconstruction of stairways that were functional before Hurricane Sandy; 6. Re-grade eroded dunes; 7. In-kind/in-place repair or reconstruction of bulkheads and shoreline erosion structures that were functional before Hurricane Sandy; 8. Repair or reconstruction of existing public roads, bridges, utilities and other public infrastructure. All work shall be done according to the permit conditions contained herein. Permit Authorizations Tidal Wetlands-Under Article 25 Effective Date: 07/16/2013 Expiration Date: 10/31/2014 Excavation & Fill in Navigable Waters -Under Article 15,Title 5 Effective Date: 07/16/2013 Expiration Date: 10/31/2014 Water Quality Certification -Under Section 401 - Clean Water Act Effective Date: 07/16/2013 Expiration Date: 10/31/2014 Coastal Erosion Management-Under Article 34 Effective Date: 07/16/2013 Expiration Date: 10/31/2014 Page 1 of 6 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION General Permit Number GP-0-13-006 NYSDEC Approval By acceptance of this permit,the permittee agrees that the permit is contingent upon strict compliance with the ECL,all applicable regulations, and all conditions included as part of this permit. General Permit Authorized by Permit Administrator: STUART M FOX ,Deputy Chief Permit Administrator Address: NYSDEC HEADQUARTERS 625 BROADWAY ALBANY,NY 12233 Authorized Signature: " Date: 7/ 16/ 2013 Permit Components NATURAL RESOURCE PERMIT CONDITIONS WATER QUALITY CERTIFICATION SPECIFIC CONDITION GENERAL CONDITIONS, APPLY TO ALL AUTHORIZED PERMITS NOTIFICATION OF OTHER PERMITTEE OBLIGATIONS NATURAL RESOURCE PERMIT CONDITIONS - Apply to the Following Permits: COASTAL EROSION MANAGEMENT; WATER QUALITY CERTIFICATION; EXCAVATION & FILL IN NAVIGABLE WATERS; TIDAL WETLANDS 1. Conformance With Plans All activities authorized by this permit must be in strict conformance with the approved plans submitted by the applicant or applicant's agent as part of the permit application. Such approved plans were prepared by the applicant and/or an authorized representative. 2. In-kind,In-place Repair or Reconstruction Existing bulkheads, walkways and shoreline erosion structures that were functioning at the time of the storm damage may be repaired or reconstructed in- kind and in-place of the existing structures.No expansion or seaward extension of bulkheads or shoreline structures is authorized by this permit. 3. Repairs to Structures All repairs to existing structures shall be confined to replacement of existing elements with no change in design, dimension or materials, unless specifically authorized by this permit. 4. Stairway Design The stairs and landings shall be a maximum of 4 feet in width and constructed a minimum of 3 feet above grade over the dune/bluff face. Page 2 of 6 a NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION General Permit Number GP-0-13-006 5. Backfilling All peripheral berms, cofferdams, rock revetments, seawalls, gabions, bulkheads or other approved shoreline stabilization structures shall be completed prior to placement of any fill material behind such structures. 6. Equipment Operation Equipment operation below the high tide line is strictly prohibited. The storage of construction equipment and materials shall be confined to the project work area and areas more than 100 feet from the high tide line. 7. Sanitary Systems This permit does not authorize filling or re-grading of exposed sanitary systems. Landowners must apply for separate permits to perform repairs or reconstruction to sanitary systems. 8. Hydraulically-filled Sandbags, Sand Cubes and Geotubes Hydraulically-filled sandbags, sand cubes and geotubes are strictly prohibited. 9. Beach Excavation Prohibited for Fill Excavation of the beach or dune for the purpose of obtaining fill material is prohibited. Sandbags may not be filled using sand from the beach or dune areas. Sandbags must be filled with clean sand; no debris or deleterious materials are allowed. 10. Sandbag and Sand Cube Installation Sandbags and sand cubes must be installed no more than four rows deep and a maximum of three rows high. 11. Removal of Sandbags and Sand Cubes Sandbags and sand cubes must be removed within 120 days of installation, or a separate DEC permit to allow the structures to remain permanently must be obtained. 12. Tidal Wetland Vegetation There shall be no disturbance or damage to vegetated tidal wetlands or dune vegetation as a result of the work performed under this permit. All necessary precautions must be taken to prevent damage or disturbance to these vegetated areas. 13. Construction Debris All construction debris shall be cleaned up at the end of each work day and disposed properly. No debris is permitted in tidal waters or the beach areas. 14. Asian Longhorned Beetles Any tree debris within New York City,Nassau or Suffolk counties shall be disposed of by chipping to less than 1 inch in any two dimensions,then used as mulch, erosion control, building agent, or fuel. Wood may only be moved from Asian Longhorned Beetle quarantine areas under a permit from the NYS Department of Agriculture and Markets (http://www.agriculture.ny_gov/PI/alb.html). 15. Least Terns and Piping Plovers All recovery and repair work occurring in open, sandy beach areas must cease on March 31, 2013 to protect potential habitat for Least Tern and Piping Plover, unless otherwise authorized in writing by the Department. 16. No Dredging or Excavation No dredging, excavating or other alteration of shoreline or underwater areas is authorized by this permit, nor shall issuance of this permit be construed to suggest that the Department will issue a permit for such activities in the future. 17. No Interference With Navigation There shall be no unreasonable interference with navigation by the work herein authorized. Page 3 of 6 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Noir lire General Permit Number GP-0-13-006 18. State Not Liable for Damage The State of New York shall in no case be liable for any damage or injury to the structure or work herein authorized which may be caused by or result from future operations undertaken by the State for the conservation or improvement of navigation, or for other purposes, and no claim or right to compensation shall accrue from any such damage. 19. State May Order Removal or Alteration of Work If future operations by the State of New York require an alteration in the position of the structure or work herein authorized, or if, in the opinion of the Department of Environmental Conservation it shall cause unreasonable obstruction to the free navigation of said waters or flood flows or endanger the health, safety or welfare of the people of the State, or cause loss or destruction of the natural resources of the State, the owner may be ordered by the Department to remove or alter the structural work, obstructions, or hazards caused thereby without expense to the State, and if, upon the expiration or revocation of this permit, the structure, fill, excavation, or other modification of the watercourse hereby authorized shall not be completed, the owners, shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may require, remove all or any portion of the uncompleted structure or fill and restore to its former condition the navigable and flood capacity of the watercourse. No claim shall be made against the State of New York on account of any such removal or alteration. 20. State May Require Site Restoration If upon the expiration or revocation of this permit, the project hereby authorized has not been completed, the applicant shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may lawfully require, remove all or any portion of the uncompleted structure or fill and restore the site to its former condition. No claim shall be made against the State of New York on account of any such removal or alteration. 21. Precautions Against Contamination of Waters All necessary precautions shall be taken to preclude contamination of any wetland or waterway by suspended solids, sediments, fuels, solvents, lubricants, epoxy coatings, paints, concrete, leachate or any other environmentally deleterious materials associated with the project. WATER QUALITY CERTIFICATION SPECIFIC CONDITIONS 1. Water Quality Certification The NYS Department of Environmental Conservation hereby certifies that the subject project will not contravene effluent limitations or other limitations or standards under Sections 301, 302, 303, 306 and 307 of the Clean Water Act of 1977 (PL 95-217) provided that all of the conditions listed herein are met. GENERAL CONDITIONS - Apply to ALL Authorized Permits: 1. Facility Inspection by The Department The permitted site or facility, including relevant records, is subject to inspection at reasonable hours and intervals by an authorized representative of the Department of Environmental Conservation (the Department)to determine whether the permittee is complying with this permit and the ECL. Such representative may order the work suspended pursuant to ECL 71- 0301 and SAPA 401(3). Page 4 of 6 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION •Num' General Permit Number GP-0-13-006 The permittee shall provide a person to accompany the Department's representative during an inspection to the permit area when requested by the Department. A copy of this permit, including all referenced maps, drawings and special conditions, must be available for inspection by the Department at all times at the project site or facility. Failure to produce a copy of the permit upon request by a Department representative is a violation of this permit. 2. Relationship of this Permit to Other Department Orders and Determinations Unless expressly provided for by the Department, issuance of this permit does not modify, supersede or rescind any order or determination previously issued by the Department or any of the terms, conditions or requirements contained in such order or determination. 3. Applications For Permit Renewals,Modifications or Transfers The permittee must submit a separate written application to the Department for permit renewal, modification or transfer of this permit. Such application must include any forms or supplemental information the Department requires. Any renewal, modification or transfer granted by the Department must be in writing. Submission of applications for permit renewal, modification or transfer are to be submitted to: Regional Permit Administrator 625 Broadway Albany, NY 12233-1750 4. Submission of Renewal Application The permittee must submit a renewal application at least 30 days before permit expiration for the following permit authorizations: Tidal Wetlands, Excavation & Fill in Navigable Waters, Water Quality Certification, Coastal Erosion Management. 5. Permit Modifications, Suspensions and Revocations by the Department The Department reserves the right to exercise all available authority to modify, suspend or revoke this permit. The grounds for modification, suspension or revocation include: a. materially false or inaccurate statements in the permit application or supporting papers; b. failure by the permittee to comply with any terms or conditions of the permit; c. exceeding the scope of the project as described in the permit application; d. newly discovered material information or a material change in environmental conditions, relevant technology or applicable law or regulations since the issuance of the existing permit; e. noncompliance with previously issued permit conditions, orders of the commissioner, any provisions of the Environmental Conservation Law or regulations of the Department related to the permitted activity. 6. Permit Transfer Permits are transferrable unless specifically prohibited by statute, regulation or another permit condition. Applications for permit transfer should be submitted prior to actual transfer of ownership. Page 5 of 6 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION General Permit Number GP-0-13-006 NOTIFICATION OF OTHER PERMITTEE OBLIGATIONS Item A: Permittee Accepts Legal Responsibility and Agrees to Indemnification The permittee, excepting state or federal agencies, expressly agrees to indemnify and hold harmless the Department of Environmental Conservation of the State of New York, its representatives, employees, and agents ("DEC") for all claims, suits, actions, and damages,to the extent attributable to the permittee's acts or omissions in connection with the permittee's undertaking of activities in connection with, or operation and maintenance of, the facility or facilities authorized by the permit whether in compliance or not in compliance with the terms and conditions of the permit. This indemnification does not extend to any claims, suits, actions, or damages to the extent attributable to DEC's own negligent or intentional acts or omissions, or to any claims, suits, or actions naming the DEC and arising under Article 78 of the New York Civil Practice Laws and Rules or any citizen suit or civil rights provision under federal or state laws. Item B: Permittee's Contractors to Comply with Permit The permittee is responsible for informing its independent contractors, employees, agents and assigns of their responsibility to comply with this permit, including all special conditions while acting as the permittee's agent with respect to the permitted activities, and such persons shall be subject to the same sanctions for violations of the Environmental Conservation Law as those prescribed for the permittee. Item C: Permittee Responsible for Obtaining Other Required Permits The permittee is responsible for obtaining any other permits, approvals, lands, easements and rights-of- way that may be required to carry out the activities that are authorized by this permit. Item D: No Right to Trespass or Interfere with Riparian Rights This permit does not convey to the permittee any right to trespass upon the lands or interfere with the riparian rights of others in order to perform the permitted work nor does it authorize the impairment of any rights, title, or interest in real or personal property held or vested in a person not a party to the permit. Page 6 of 6 '\ TED SCTM #: N. \ / �- _ • 1000-53-01-19 �- y-- Soufilookl Tow W E \P� Project Notes: /,•/ /,- Enghos(�POng /\ 1. Contractor to verify all existing concrete footing __ ---------------------- _ _ -- locations where concrete abutments are to remain. / /��+� �C��rPfIBU(�8Q Q�yP 2. Mechanical Equipment Operations will be limited / /-4 �jM �\ to the North Westerly side of the Project Site. Q1, v JOnly hand held,portable equipment may be lifted Qp0 0140 W�- to the opposite side of the project site. / \ 0/\1 q O Access through the Creek Bottom is Restricted. / \ _ S � /-/ S „ --,---- - - - - - O /' O\Q F�' IAM — m C4 i /' O _ Z } i~ PROPERTY LINE __—_-------- —� Gp New Concrete Ramp set 3/ .i. >” _-_—_---- 41 V \RTY on compacted sand fill. Z" /' / 01.' _ _ -- ∎E w Z r"i \</ (NIC-Work by others.) I• % / Q� 7 !Y\ moo, /'" /ski _____0 F-1 : : E '\ Silt Fencing O,/ / / / / pid`�aN " !w O Ix °NECD /� // / / TOWN OF SOUTHOLD +�UTHOLD /E - RIGAY -,\ / / � (�/ / r 1000-53-03-15.1 d f=1 O 1:1 Guard Rail / / �' / PUBLIC BEACH e PAVEMENT : \ ( NEW ap On F STONE / • AppROXIMATE LINE OF EXISTN \ \• / Rip-Rap On Filter Cloth 91 Existing Traveled ' Where Needed or Required. Walkway w (NIC-Work by others.) /{' Q f``\ / / 9 PROPERTY LINE —__-------------�` Silt Fencing �t �� / New Pre Engir�eered / Aluminum Bridge. / New Steel Channel Cap, 3/8 Bent Plate Cap — — \< N� �` (24'+l-Spairf / with 3"Flange(both sides),With 16Mil Coal �s % (NIC-Worirrby others.) ,/• Tar Epoxy Coating,Typ. , _ / �� / ' / Provide 1-3x3x 3'Long x 3/8"Angle Iron with TOWN OF SOUTHOLD — `\w�_____ �" ��, � � /' / continuous weld to Sheeting 8 Cap- SCTM #: �.,� " rum Typical at Each Pair of Sheeting. 1000-53-03-02 \ NEW ARMORSTONEB / i \ Rip-Rap On Filter Cloth '`r4, `7\ New Steel Sheet Piling,ASTM A572,Grade 50, i" _ — —__—__ __:%.[here Needed or Required. �� / MSZ 375 With 16 Mil Coal Tar Epoxy Coating- ■ cn %—__----------- (NI �Workbyothers.),-- \jor ► \ - W / \ ,_ .�.,�r IN �. \ Typical r i- >` F.: i _ _ — — — — - - — - Y\ . ter ► \ i z _ a M to c / 'M Existing Concrete Abutments / \k■� ROp O Q O i ' fry to Remain in Plaee. / •k\ \�,it I Q @s� r / i spa•. All broken concrete will be /' / , Y yvj / i Ota removed from the creek. \ /' /' ���� ` Silt Fencing \S% 43.." j /. (NIC-Work by others.) \ * T o /• / \,/ 1, Existing Traveled O O W y1 /' A- / /'S �� Walkway O N d rd /r / O ri O cg, c ti W V L W-NI tic / rdinary W �� w ;OA / �� / I — _ 0 — Silt Fencing \ A 2 0 iii/ / / o* /, '\ '\ /l AF\ry NOTE: H o / / �� /. j C 4, The landward limit of Tidal Wetlands has not been / / / t, `.2. / '�/ _--- — — —`�_ �,- �F delineated on this plan. This proposed reconstruction Drawing: v /-' �'�-- _ �-- j of a pre-existing pedestrian bridge is located on two /' / / �Q /, / , tt` small elevated sections of land that are supported by / _ existing concrete abutments. These elevated areas are • / / / / 0� P A R T I considered to be located within the wetland boundary. p- i ,' AL SITE PLAN / / / SCALE: 1' = 20' /- / Sheet# 1 of 2 New Aluminum Bridge - TED Atlantis Pedestrian New Concrete Ramp set Bridge or Equal. Soodhc id Ton on compacted sand fill. (NIC - Work by others.) Engbasang (NIC - Work by others.) Deparblent Clean Sand Fill. i y, _ /, '` W))./1 (NIC Work by others.) 0 q 4 o p, i /i• _I I 1 I 1 III _� )'� _ 1 L i g PM w Z V v . Ill 42 4 44 e 4 Ordinary H W M F,. Z I Ix ■I � W W z v O 0 IY channel Bottom I o W 1�-i oWC R c' EXISTING GRADE - APPROXIMATE EXISTING GRADE - APPROXIMATE d 0~ New Steel Channel Cap, 3/8" New Steel Channel Cap, 3/8" • Bent Plate Cap with 3" Flange I Bent Plate Cap with 3" Flange (both sides), With 16Mi1 Coal (both sides), With 16Mil Coal Tar Epoxy Coating, Typ. Existing Concrete Tar Epoxy Coating, Typ. Provide 1- 3x3x 3" Long x 3/8" I Abutments to remain. I Provide 1- 3x3x 3" Long x 3/8" Angle Iron with continuous Angle Iron with continuous weld to Sheeting & Cap - Typ. New Steel Sheet I weld to Sheeting & Cap - Typ. at Each Pair of Sheeting. I c Piling, ASTM A572, I at Each Pair of Sheeting. Grade 50, MSZ 375 w co With 16 Mil Coal Tar I r o E `— Epoxy Coating. Typ. I C4i g _ O a o 9 ♦ HI CI u � n 0 O �r Lri NOTE: I I NOTE• en° �'NEW ALUMINUM BRIDGE 24' - 0" ± NEW STEEL SHEETING TO BE 2 �P ° STRUCTURE TO BE ATTACHED t • F. A G WITH REMOVABLE ANCHOR DRIVEN IMMEDIATELY INSIDE u 'it' 0 in THE EXISTING CONCRETE " ° IL BOLTS. THIS BRIDGE WILL BE c ABUTMENTS TO MINIMIZE Drawing: REMOVED PRIOR TO ANY C ' O S ►J S N i C T I 0 A FUTURE STORM EVENT. EROSION. (NIC - Work by others.) SCALE: 1/4" = 1'-0" - 4) Sheet# 2 of 2 #11668 STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s) successfully commencing on the 1St day of May, 2014. 7VaA-&-e-' Principal Clerk Sworn to before me this day of :J 2014. LEGAL NOTIC byLA INVITATION PO SID TOWN OF OL 53095 MAIN ROAD,SOUTHOL�YORK 11971 CHRISTINA VOIINSKE PHONE:631-765-1560/FAX:631-765-9015 NOTARY PUBLIC-STATE OF I* NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: O. O 1 VO610505 1lBD NAME:"PIPES NECK ROAD PEDESrWAN BRIDGE ABUTMENTS" Qualified In Suffolk C+;, Definite speeilksitions may be obtained at the Southold Town Clerk's Office be- Slaui ,2014 My Commission Expires Febru ;; ug PLACE Of OPENINGS RATE OF OPENINGS: TIME OF OPENINGS TOWN OF SOUTHOLD May 15,2014 200 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOilTAOLD,NY 11971 CONTACT PERSON: Jamie Richter,R.A. Tbwn`of Southold,631-765-1560 VENDORS)MUST SUBMIT BIDS IN SLED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME&ADDRESS OF BIDDER • 2)BID NAME BID MUST BE ACCOMPANIED BY A 5%BID SECURITY. A non-mandatory pre-biddert conference will be held at 12:0OPM on May 8, 2014 at the end of Pipes Neck Road in Greenporf. The Town bf Southold welcomes and encbufages minority and women-owned businesses to participate in the bidding process DATED:April 22,2014 KIMAI ETH A.NEVILLE TOIPN CLERK 11668-1T 5/1 ELIZABETH A. NEVILLE Town Hall, 53095 Main Road TOWN CLERK :° Go P.O. Box 1179 rtv REGISTRAR OF VITAL STATISTICS Southold,New York 11971 MARRIAGE OFFICER #4, Fax (631) 765-6145 RECORDS MANAGEMENT OFFICER Telephone (631) 765-1800 FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL To: Bid Services From: Linda Cooper, Deputy Town Clerk Dated: April 28, 2014 Re: 3 Invitation to Bid notices Number of Pages (including cover): 4 If total transmittal is not received, please call 631-765-1800. COMMENTS: Bid notices for: 1. Erect Pre-Fabricated MBMI Metal Building 2. Highway Office handicap Ramp & Sidewalk Project 3. Pipe's Neck Rd Pedestrian Bridge Abutments Bid specs are available at the Town Clerk's Office and are due back by May 15, 2014 @ 2pm SN.If f01.4" ELIZABETH A. NEVILLE Town Hall, 53095 Main Road TOWN CLERK P.O. Box 1179 REGISTRAR OF VITAL STATISTICS Southold, New York 11971 MARRIAGE OFFICER ",. Fax (631) 765-6145 RECORDS MANAGEMENT OFFICER �� Telephone (631) 765-1800 FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL To: Bid Services From: Linda Cooper, Deputy Town Clerk Dated: April 28, 2014 Re: 3 Invitation to Bid notices Number of Pages (including cover): 4 If total transmittal is not received, please call 631-765-1800. COMMENTS: Bid notices for: 1. Erect Pre-Fabricated MBMI Metal Building 2. Highway Office handicap Ramp & Sidewalk Project 3. Pipe's Neck Rd Pedestrian Bridge Abutments Bid specs are available at the Town Clerk's Office and are due back by May 15, 2014 @ 2pm Cooper, Linda From: Reisenberg, Lloyd Sent: Monday, April 28, 2014 12:34 PM To: Cooper, Linda Subject: RE: Pipes Neck pedestrian bridge 5-15-14 Posted Lloyd H. Reisenberg Network and Systems Administrator Town of Southold,New York www.southoldtownny.qov Ioydr @southoldtownny.gov 0: 63 1-765-1891 1 M:631-879-1554 1 F: 63 1-765-5178 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Cooper, Linda Sent: Monday, April 28, 2014 11:16 AM To: Reisenberg, Lloyd Subject: Pipes Neck pedestrian bridge 5-15-14 Third and final notice. 1 Cooper, Linda From: legals <legals @timesreview.com> Sent: Monday, April 28, 2014 11:01 AM To: Cooper, Linda Subject: Re: Pipes Neck pedestrian bridge 5-15-14 Good to go here as well :) From: <Cooper>, Linda <Linda.Cooper@town.southold.ny.us> Date: Monday, April 28, 2014 10:51 AM To:Times Review<legals @timesreview.com> Subject: Pipes Neck pedestrian bridge 5-15-14 Hello again, Here is the second notice for the May 1, 2014 edition of the Suffolk Times. Please confirm receipt. Thank you Woof Deputy Town Clerk Town of Southold 631-765-1800 70 lead else 4 yl:evt fieale you mxuae jurat de1ieve cyou coot. 1 LEGAL NOTICE INVITATION TO BID TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 1, 2014 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD May 15, 2014 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Jamie Richter, R.A. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. A non-mandatory pre-bidder's conference will be held at 12:00PM on May 8, 2014 at the end of Pipes Neck Road in Greenport. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. DATED: April 22,2014 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK * * * PLEASE PUBLISH ON MAY 1, 2014 AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD,NY 11971. Copies to the following: The Suffolk Times Town Board Members Highway Dept Town Attorney Engineering Dept Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulleting Board fi'WrFat �® RESOLUTION 2014-360 *� ADOPTED DOC ID: 9717 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-360 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 22, 2014: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for furnishing all labor, materials and equipment for the replacement of the pedestrian bridge located at the end of Pipes Neck Road in Greenport,NY, as per the plans and specifications prepared by James Richter, RA, Office of the Engineer. a1214Qa?"4:1L Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:Jill Doherty, Councilwoman AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the a g day of /?1/}y , 2014, she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York. Re: Bid Pipes neck rd bridge Elizabeth A. Neville Southold Town Clerk Sworn before me this Q R. day of nn , 2014. <C_\ Notary Public LYNDA M. RUDDER Notary Public, State of New York No. 01RU6020932 Qualified in Suffolk County Commission Expires March 8, 20 /5— U.S. Postal Services,,, Er CERTIFIED MAIL, RECEIPT in (Domestic Mail Only;No Insurance Coverage Provided) m For delivery information visit our website at www.usps.com® Ir • 1 .� I Postage ' r9 Certified Fee — p ' Pork p Return Reciept Fee Her (Endorsement Required) k 0 Restricted Delivery Fee A I L^O+1 r9 (Endorsement Required) r9 m Total Postage&Fees $ ❑ ntTo O0 � 11 L.evrtese-1`1s,1e.ne �n�, . wit't3� d,1ti_t 71�?Y1. N treet,Apt.No.; 0 �O)c Q7 or PO Box No. City,State,ZIP+4 S . • I PS Form 3800.June 2002 See Reverse for Instructions 1 SENDER: COMPLETE. rrtis ',EC 1-!(,:‘,J DELIVERY • Complete items 1,2,and 3.Also complete A. re item 4 if Restricted Delivery is desired. CI Agent,, • Print your name and address on the reverse X ❑Ad. -=set_ so that we'oan return the card to you. B. Re.av=• •y(Printed Name) .a y. 've • Attach this card to the back of the mailpiece, ' i or on the front if space permits. D. Is delivery address different from Item 1? ❑Yes 1. Article Addressed to: If YES,enter delivery address below: ❑No Qy*e.,.— N1e.1enc.e ►nc. -Donc..ld o' -o. \o n co.3C)Xg01 � ccc+++��� 3. Service Type Sou h C1 e..,,c i 1V`1 t 1, oCertifled Mail ❑Express Mail v I ❑Registered ❑Return Receipt for Merchandise ❑Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Number (7tens fer from service l 7003 3110 0001 8549 3539 (Ifansabeq PS Form 3811,February 2004 Domestic Return Receipt 102595-02-M-1540 U.S. Postal Service CERTIFIED MAIL,., RECEIPT (Domestic Mail Only;No insurance Coverage Provided) r- For delivery information visit our website at www.usps.com0 ..0 �t1� L f R t r- 1 co Postage $ rL Certified Fee M Postmark O Return Receipt Fee �� 7 O (Endorsement Required) 2 2014 Restricted Delivery Fee (Endorsement Required) rzi N Total Postage&Fees $ a / ,,R r CI � Street,Apt.No.; -. c 0 or PO Box No. u, clek,t O(a9 • r%- �-^7C� 1 Ci ,S=te,ZIP+4 PS Form 3800.August 2)06 Soo Reverse for Instructions 1 I 1 SENDER: COMPLETE '', t ' . ,I,;t rf rh,; t f)nr O C3F+_fb'ERY • Complete items 1,2,and 3.Also complete A. Sin ' " / i • ❑Agent • Print on the reverse X ❑Addressee Iso that we cars return the card to you. p l R -ivefl by .=:„,i C. Date f DI ery • Attach this card to the back of the mail piece, i 41J`11r��1 I or on the front if space permits. .A►� D. Is delivery-• —- • .R from ? ■ Yes 1. Article Addressed to: 1 l> If YES,ent livery aQdress bei•* ❑No NeSt ;, AS Ssocka'keS' -0 t° co Ste, 11 o.n <P, •P` N�7 �j •et x taa2, * '\ 3. Service Type I e4 lo_v+�On., 3eae h /V ) erlfled Mall ❑Express Mall CC ❑Registered ❑Return Receipt for Merchandise 11975 R ❑Insured Mall ❑C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Article Number 7007 0710 0003 2876 3740 (Transfer from service label) PS Form 3811,February 2004 Domestic Return Receipt 102595-02-M-1540 U.S. Postal Service CERTIFIED MAIL RECEIPT MI (Domestic Mail Only;No Insurance Coverage Provided) m N For delivery information visit our website at www.usps.com,, m .J3 P- Postage liwrApt fU Certified Fee imReturn Receipt Fee 1111y 2 7 PO i 1,1 (Endorsement Required) C@�rt D Restricted Delivery Fee (Endorsement Required) O �j rq Total Postage&Fees 0 --' y a� /J O a}�eyY � ant To n .-..w._- r` .1Grr9 l.o }rU- l s � 4Xr y O Street,Alt No.; IM or PO Box No. Lift, Y•tt7 �e>7-.e r`- . City,State,ZI- -r .` Ny 0 ei PS Form 3800.August 2006 See Reverse for Instructions ; SENDER: COMPLETE Tr-41S F'( 1• P. -se - ,E;, f rr, F(;;CM ON DELIVERY • Complete items 1,2,and 3.Also complete nature ' item 4 if Restricted Delivery is desired. ❑Agent ■ Print your name and address on the reverse X / ' , L-rAd•ressee so that we can return the card to you. B. Received by(Printed Name) C. Date of Delivery • Attach this card to the back of the mailpiece, or on the front if space permits. i D. Is delivery address different from Item 1? ❑Yes 1. Article Add ed to: If YES,enter delivery address below: ❑No le.n- vklro..c-c w —sa„r,1t5 le.YYy l ( 4(o OSbo •n A‘I e.YnUe tV PWI\t..0.0t 1\11 ' 11°1 3. Service Type Certified Mail O Express Mall ❑Registered ❑Return Receipt for Merchandise ❑Insured Mail ❑C.O.D. 4. Restricted Delivery?(Extra Fee) ❑Yes 2. Article Number 7007 0710 0003 2876 3733 (Transfer from sentket f 81)t PS Form 3811,February 2004 Domestic Return Receipt 102585-02-M-1540 „ 11Ff014'ee ELIZABETH A.NEVILLE,MMC ��41” Gy• Town Hall,53095 Main Road TOWN CLERK p P.O.Box 1179 H Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p ' $ Fax(631)765-6145 MARRIAGE OFFICER `�y4, a��'��1/ Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER .� `1►�� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 28, 2014 Chesterfields Associates Seth Allan PO Box 1229 Westhampton Beach,NY 11978 Dear Mr. Allen: Congratulations. At the regular Town Board meeting held on May 20, 2014, the Town Board accepted the bid of Chesterfields Associates for the construction of Pipes Neck Road Pedestrian Bridge Abutments. A certified copy of the resolution is enclosed. The bid bond is be returned to you. Thank you for your bid. Very truly yours, (c_4iptike,YIEN Lynda M Rudder Deputy Town Clerk Ens. •01 OfF00( ELIZABETH A. NEVILLE,M O. oG#1 MAW � Town Hall,53095 Main Road TOWN CLERK p P.O. Box 1179 ti 2 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p 4.7 Fax(631)765-6145 MARRIAGE OFFICER 4 RECORDS MANAGEMENT OFFICER 79! -to., Telephone(631)765-1800 ; FREEDOM OF INFORMATION OFFICER ��� www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 28, 2014 Terry Contracting James Terry 1146 Osborn Avenue Riverhead, NY 11901 Dear Mr. Terry : At the regular Town Board meeting held on May 20, 2014, the Town Board accepted the bid of Chesterfields Associates for the construction of Pipes Neck Road Pedestrian Bridge Abutments. A certified copy of the resolution is enclosed. The bid bond is be returned to you. Thank you for your bid. Very truly yours, 1. \M Lynda M Rudder Deputy Town Clerk Ens. ft stvFolat ; O ELIZABETH A.NEVILLE,MMC ■ Town Hall, 53095 Main Road TOWN CLERK �� p P.O. Box 1179 y Z Southold,New York 11971 t ivy REGISTRAR OF VITAL STATISTICS :p . � Fax(631)765-6145 MARRIAGE OFFICER t T' / 0 Telephone(631)765-1800 RECORDS MANAGEMENT ".76',/ 4 asp www.southoldtownny.gov FREEDOM O FORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 28, 2014 Amma Construction Prescott Ammarell 192 West 9th Street Huntington Station,NY 11746 Dear Mr. Ammarell: At the regular Town Board meeting held on May 20, 2014, the Town Board accepted the bid of Chesterfields Associates for the construction of Pipes Neck Road Pedestrian Bridge Abutments. A certified copy of the resolution is enclosed. The bid bond is be returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. o'�� surFO[,re; ELIZABETH A. NEVILLE,MMC �� �� Town Hall,53095 Main Road TOWN CLERK p P.O.Box 1179 y 2 ; Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ` � Fax(631)765-6145 MARRIAGE OFFICER �'p f' to � Telephone(631)765-1800 RECORDS MANAGEMENT Oi 41, a www.southoldtownny.gov FREEDOM O INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 28, 2014 Quintal Contracting Paul Golofuro 359 Main Street Suite 1B Islip,NY 11751 Dear Mr. Golofuro: At the regular Town Board meeting held on May 20, 2014, the Town Board accepted the bid of Chesterfields Associates for the construction of Pipes Neck Road Pedestrian Bridge Abutments. A certified copy of the resolution is enclosed. The bid bond is be returned to you. Thank you for your bid. Very truly yours, ,)(\ILk\i\i\QtAS,c2tf -- Lynda M Rudder Deputy Town Clerk Ens. fFOf�; ELIZABETH A. NEVILLE,MMC 14° Gy Town Hall, 53095 Main Road TOWN CLERK � _ : P.O.Box 1179 y Z z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p .ZC$ Fax(631)765-6145 MARRIAGE OFFICER `\'* 0" ��� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER = .( * �►��.0 www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER ,,... OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 28, 2014 Carter-Melence Inc Donald O'Hanlon PO Box 907 Sound Beach NY 11789 Dear Mr. O'Hanlon: At the regular Town Board meeting held on May 20, 2014, the Town Board accepted the bid of Chesterfields Associates for the construction of Pipes Neck Road Pedestrian Bridge Abutments. A certified copy of the resolution is enclosed. The bid bond is be returned to you. Thank you for your bid. Very truly yours, (...p4LCL_ Y\A Lynda M Rudder Deputy Town Clerk Ens. toil 4 ,c.FFOL, :O .G A. NEVILLE,MMC # C . �� Town Hall, 53095 Main Road � TOWN CLERK o= - P.O.Box 1179 t y Z ; Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p ��, Fax(631)765-6145 MARRIAGE OFFICER `-y'� 0`'��1' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER 49.� *a„.°• www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER ..,.,,,� OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2014 Pipes Neck Bridge Bid Opening 5/15/14 2:00 P.M. Five (5) bids received Chesterfields Associates $106,400.00 Seth Allan PO Box 1229 Westhampton Beach, NY 11978 Terry Contracting $121,160.00 James Terry 1146 Osborn Avenue Riverhead, NY 11901 Amma Construction $124,900.00 Prescott Ammarell 192 West 9th Street Huntington Station, NY 11746 Quintal Contracting $147,500.00 Paul Golofuro 359 Main Street Suite 1B Islip, NY 11751 Carter-Melence Inc $177,322.00 Donald O'Hanlon PO Box 907 Sound Beach NY 11789 . THE AMERICAN INSTITUTE OF ARCHITECTS 0,., 1 _ AIA Document A310 BOND NO: N/A Bid Bond KNOW ALL MEN BY THESE PRESENTS , that we CHESTERFIELD ASSOCIATES,INC. 56 SOUTH COUNTRY ROAD,WESTHAMPTON BEACH,NY 11978 as Principal, hereinafter called the Principal and RLI INSURANCE COMPANY 9025 NORTH LINDBERGH DRIVE,PEORIA,IL 61615 a corporation duly organized under the laws of the State of ILLINOIS as SURETY, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD,NY 11971 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID Dollars ($ 5%OF BID AMOUNT for the payment of which sum well and truly to be made, the said Principal and the said Suret bind ourselves, our heirs,executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12TH day of MAY 19 2014 C ESTERFIELD ASSOCIATES,INC. /� , ._,, e �U (4 /( , Principal) (Seal) it ss) Vice President (Title) l RLI INSURANCE COMPANY Pkittt I 4 F► -3 (Surety) (Seal) A (Witness) ) i111. Attorney-in-tact PENNY ROCCO DAVID A.GOLDSTEIN,ATTORNEY-IN-FACT AIA DOCUMENT A310 * BID BOND AIA @ * FEBRUARY 1970 ED„THE AMERICAN I N S T I T U T E 0 Pic RC H I T E CT S, 1735 N.Y., N.W., WASHINGTON, D.C. 20006 ACKNOWLEDGMENT OF CONTRACTOR/PRINCIPAL IF A CORPORATION STATE OF NY COUNTY OF Suffolk jSS.: On the 14th day of May 2014 in the year , before me personally came Seth Allan to me known,who being by me duly sworn,did depose Westhampton Beach and say that he resides in that he is the Vice President Chesterfield Associates, Inc. of ,the corporation described in and which executed the above instrument;and that he signed his name thereto by authority of the board of directors of said corporation. JENNIFER LINDAHL Notary Public,State of New York p No.01 L16100337 I It la . grr of la 4 & J Qualified In Suffolk County is NOTARY PUBLIC 4 Commission Expires 10/14/20 ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK )SS.: COUNTY OF SUFFOLK On the 12TH day of MAY in the year2014 before me personally came DAVID A. GOLDSTEIN to me known,who,being duly sworn,did depose and say that he resides at MERRICK, NEW YORK ,that he the Attorney-In-Fact of RLI INSURANCE COMPANY the corporation described in and which executed the above instrument;and that he signed his name thereto by ' of the board of directors of said corporation ROTARY PUBLIC EN NIFER SPADARO Notary Public State of New Yor , ,"if No.01SP5017514 ,e- Qualified is SutfolkCounty 7 I Surety POWER OF ATTORNEY P.O.Bo P Box 3967 I Peoria,IL 61612-3967 Phone:(800)645-2402 I Fax:(309)689-2036 RLI Insurance Company www.rlicorp.com Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the approving officer if desired. That RLI Insurance Company,a(n)Illinois corporation,does hereby make,constitute and appoint: Robert Mastrantonio,Glenn Glubiak,David A.Goldstein,jointly or severally in the City of Smithtown , State of New York its true and lawful Agent and Attorney in Fact,with full power and authority hereby conferred,to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds,undertakings,and recognizances in an amount not to exceed Ten Million Dollars($10,000,000)for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company,and now in force to-wit: "All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize.The President, any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF,the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 16th day of April , 2013 . ,,�,a�unt�n�u,,,�yo O 67.. RLI Insurance Company • ■ SEAL = . ••� Roy C.Die Vice President State of Illinois 1? .,!'<• ,;•. .....•. J SS "ra+mN..... County of Peoria CERTIFICATE On this 16th day of April , 2013 before me,a Notary Public, I, the undersigned officer of RLI Insurance Company, a stock personally appeared Roy C. Die , who being by me duly sworn, corporation of the State of Illinois,do hereby certify that the attached acknowledged that he signed the above Power of Attorney as the aforesaid Power of Attorney is in full force and effect and is irrevocable; and officer of the RLI Insurance Company and acknowledged said instrument furthermore, that the Resolution of the Company as set forth in the to be the voluntary act and deed of said corporation. Power of Attorney, is now in force. In testimony whereof, I have hereunto et my hand a d the seal of thM RL Insurance Company this /04..t// ,day of ,c L '/ . . 11..2a '___ RLI Insurance Company Jacqu. ire M.Bockler Notary Public _I\. • "OFFICIAL SEAL" Roy C.Die Vice President • smir L JACQUELINE M.BOCKLER @UNOIS COMMISSION EXPIRES 03/19/14 • j 3124359020212 A0059411 • . ® RL,insuranceCompany RU Insurance Company LI P.O.Box 3967 Peoria IL 61612-3967 Phone:309-692-1000 Fax:309.683-1610 December 31,2013 Admitted Assets Liabilities and Surplus Investments: Liabilities: Fixed maturities $ 565,275.057 Reserve for unpaid losses and loss Equity securities 936,244,320 adjustment expenses $ 444.285,643 Short-term investments 2.488289 Unearned premiums 201,229,816 Real estate 22,332,965 Accrued expenses 52,704,394 Properties held to produce income 0 Funds held 5,326.928 Cash on hand and on deposit 27,278,945 Advance premiums 4,990.302 Other invested assets 750,000 Amounts withheld 61,410,396 Receivables for aecurites 0 Ceded reinsurance premium payable 33,163,471 Agents'balances 108,168,054 Payable for securities 0 Investment income due and accrued 6,186.935 Statutory penalties 443,200 Funds held 4,000 Current federal 8 foreign Income taxes 2,507,679 Reinsurance recoverable on paid losses 4,352,755 Federal income tax payable 13,100.904 Federal Income taxes receivable 0 Borrowed money and accrued Interest 1,288 Net deterred tax asset. 0 Drafts outstanding 0 Guarantee funds receivable or on deposit 64,220 Payable to atriltiate 0 Electronic data processing equipment, Other liabilities 1,052,639 net of depreciation 438.158 Receivable from atTiltateS 4,298,475 Total Liabilities $ 820,216,860 Other admitted assets 1,555,812 Surplus: Total Admitted Assets $ 1,679,437,985 Common stock $ 10,000,375 Additional paid-In capital 242,451,084 Unassigned surplus 606,769,866 State of Illinois Total Surplus S 859,221,325 County of Peoria Total Liabilities and Surplus $ 1,679,437,985 The undersigned, being duly sworn, says: That he is the President of RLI Insurance Company,' that said Company is a corporation duly organized,in the State of Illinois, and licensed and engaged in business in the State of NEW YORK and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws;that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6-13; and that to the best of his knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said Company on the 31st day of December 2013. Attest: a ��,,,,,,,n1.1.7:1,,,,,,,,,/' w ``�� a ,, A& ,4 4 z : c0N pop...,4,, Michael J.Stone President 3 Corporate ) SEATSeal } AL L s Affixed j 14k ek i,L IN 0‘`,', `4,,,` Cynthia S.Dohm I Assistant Secretary lit/!ll ltllill Sworn to before me this 4th day of March,2014. • r 41 "OFFICIAL SEAL" iu wF JACQUELINE M.BOCKLER Notarial !.} , 'l3, COMMISSION EXPoRES 01/14/18 .1 �' . — ,`r• l�nn• 'etC-- Seal Nxreeoneetrm Affixed Jacqu.ine M.Bock,:r Notary Public,State of Illinois M0058314 Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name, legal status and principal place r f business) Amma Construction Corp RLI Insurance Company This document has important 192 West 9th Street 9025 N. Lindbergh Drive legal consequences.Consultation Huntington Station, NY 11746 Peoria, IL 61615 with an attorney is encouraged with respect to its completion or OWNER: modification. (Name,legal status and address) Any singular reference to Town of Southold Contractor,Surety,Owner or other party shall be considered 53095 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: (,'NNam e,location or address,and J'ro/cct number,ifmn) "Pipes Neck Road Pedestrian Bridge Abutments" The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlbrm the work covered by said bid,then this obligation shall be null and void,otherwise to remain in fill force and effect.The Surety hereby waives any notice ofan agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent far an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been Iurnished to comply with a statutory or other legal requirement in the location or the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefront and provisions contorting to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 9th day of May, 2014 Amma Construction Corp (Principal/ (Seal) artiness) ;l • By: i (?tits:1, j cz>i-- Amiktat il RLI Insurance Company _& 1101111.._ (Sure ) / (Seal) (II'il By./ ( itle)Kim S► net,' Attorney-in-Fact S-0054/AS 8110 Individual Acknowledgment State of County of On this day of , 20 , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. My commission expires Notary Public Corporation Acknowledgment State of AIQ o ' /c24 County of C"-6-60/4/- On the /( day of Aitei , -'t yr before me personally came PA-aJcipia,•e/i to me known; who being by me duly sworn, did depose and say that he/ reside(s) in y-c 6_yt tics, that he/she/they is (are)the of the j�- vl. � �e•,cn Y� A , the corporation described in and which executed the above instrument; that he/she/they know(s) the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/she/they signed his/her/their name(s) thereto by like authority. My commission expire 01,', sr ,,c,'.;10w York //144-bfr'-- ki/(1-44-(Ve - 'ta;.�.. . , " °+� o,,,; Notary Public h'ov. Q.. Surety Acknowledgment / State of New York County of Nassau On the 9th day of May, 2014personally came Kim Spinello to me known , who being by me duly sworn did depose and say that he/she is an Attorney-in-Fact of RLI Insurance Company in and which executed the above Instrument know(s) the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing resolution thereof. TARA LAVERDDIERE Notary Public, Sure of New York No.01t.A60 6537 My commission expires _ Qualified it I;.?SSa< C j • `�� \ Notary Public • R LI® RLI Surety POWER OF ATTORNEY P.O.Box 3967 I Peoria,IL 61612-3967 Phone:(800)645-2402 I Fax:(309)689-2036 RLI Insurance Company www.rlicorp.com Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company,an Illinois corporation,does hereby make,constitute and appoint: Louis J. Spina,Denese Thompson,Tara Laverdiere,Kim Spinello.Mamie Ginsburg.Theresa Lanfranco,Raymond C.Carman,jointly or severally. in the City of Uniondale , State of New York its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds provided the bond penalty does not exceed Twenty Five Million Dollars($25,000,000.00). The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company,and now in force to-wit: "All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 30th day of January , 2014 . ,,,,,,reicF o,,� RLI Insurance Company SEAL By: : _ Roy C.Di Vice President •State of Illinois ',,,,,,N 0,5 �*w bnnn,"uaa SS County of Peoria CERTIFICATE On this 30th day of January , 2014 ,before me,a Notary Public, I, the undersigned officer of RLI Insurance Company, a stock personally appeared Roy C. Die who being by me duly sworn, corporation of the State of Illinois,do hereby certify that the attached acknowledged that he signed the above Power of Attorney as the aforesaid Power of Attorney is in full force and effect and is irrevocable; and officer of the RLI Insurance Company and acknowledged said instrument to furthermore, that the Resolution of the Company as set forth in the be the voluntary act and deed of said corporation. Power of Attorney, is now in force. In testimony whereof, I have hereunlgget my hannd a¢ the seal o the RLI Insurance Company this y' day of /41KLi' „[p))'1 By: P..C.. Jacque• e M.Bockler Notary Public RLI Insurance Company i "OFFICIAL SEAL" ,PAT. JACQUELINE M.BOCKLER By: �d- HTATE OF i ILLnpIS COMMISSION EXPIRES 01/14/18 : Roy C.Di" Vice President \ j 3124227020212 A0058707 RLI® RLI Insurance Company RLI Insurance Company P.O.Box 3967 Peoria IL 61612-3967 Phone:309-692-1000 Fax:309-683-1610 December 31,2013 Admitted Assets Liabilities and Surplus Investments: Liabilities: Fixed maturities $ 565,275,057 Reserve for unpaid losses and loss Equity securities 936,244,320 adjustment expenses $ 444,285,643 Short-term investments 2,488,289 Unearned premiums 201,229,816 Real estate 22,332,965 Accrued expenses 52,704,394 Properties held to produce income 0 Funds held 5,326,928 Cash on hand and on deposit 27,278,945 Advance premiums 4,990,302 Other invested assets 750,000 Amounts withheld 61,410,396 Receivables for securites 0 Ceded reinsurance premium payable 33,163,471 Agents'balances 108,168,054 Payable for securities 0 Investment income due and accrued 6,186,935 Statutory penalties 443,200 Funds held 4,000 Current federal&foreign income taxes 2,507,679 Reinsurance recoverable on paid losses 4,352,755 Federal income tax payable 13,100,904 Federal income taxes receivable 0 Borrowed money and accrued interest 1,288 Net deferred tax asset 0 Drafts outstanding 0 Guarantee funds receivable or on deposit 64,220 Payable to affiliate 0 Electronic data processing equipment, Other liabilities 1,052,639 net of depreciation 438,158 Receivable from affiliates 4,298,475 Total Liabilities $ 820,216,660 Other admitted assets 1,555,812 Surplus: Total Admitted Assets $ 1,679,437,985 Common stock $ 10,000,375 Additional paid-in capital 242,451,084 Unassigned surplus 606,769,866 State of Illinois Total Surplus $ 859,221,325 County of Peoria Total Liabilities and Surplus $ 1,679,437,985 The undersigned, being duly sworn, says: That he is the President of RLI Insurance Company; that said Company is a corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of New York and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws;that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6-13; and that to the best of his knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said Company on the 31st day of December 2013. Attest: • ` tJCEC Li. =ll i Siii▪ •00""N 4. 1 1",:a Corporate Michael J.Stone , President E. .• .SEAL . = Seal ` Affixed ••L•••••• Cynthia S.Dohm 4 Assistant Secretary Sworn to before me this 4th day of March, 2014. ' �`�Y# "OFFICIAL SEAL" \ NOTARY E i No t► 'siAW,,, JACQUELINE M.BOCKLER 1 Notarial 2 G-- - _ y4 COMMISSION EXPIRES 01/14/18 1 Seal / •+�,, �V� Affixed Jacqu: ine M.Bockl- Notary Public, State of Illinois M0058314 • THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 BOND NO: N/A Bid Bond KNOW ALL MEN BY THESE PRESENTS , that we TERRY CONTRACTING&MATERIALS,INC. 840 W.MAIN ST.,RIVERHEAD,NY, 11901 as Principal, hereinafter called the Principal and LIBERTY MUTUAL INSURANCE COMPANY 1200 MACARTHUR BLVD.,MAHWAH,NJ 07430 a corporation duly organized under the laws of the State of MASSACHUSETTS as SURETY, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD 53095 ROUTE 25,PO BOX 1179, SOUTHOLD,NY 11971 as Obligee, hereinafter called the Obligee, in the sum of *FIVE PERCENT OF AMOUNT BID * Dollars ($ 5%OF BID AMOUNT for the payment of which sum well and truly to be made, the said Principal and the said Suret bind ourselves, our heirs,executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for PIPES NECK ROAD PEDESTRIAN BRIDGE ABUTMENTS NOW, THEREFORE, if the Obligee shall accept-the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13TH day of MAY 19 2014 TERRY CONTRACTING&MATERIALS, INC. �11 f (Princi 1) (Seal) (Witness) JAMES C.TERRY, VI P'4 IDENT (Title) LIBERTY MUTUAL IN 'NCE COMPANY (Surety) (Seal) (Witness) ��:". =e �I orney-in- act FRANK STRCICH,V.P. GLENN G.GLUBIAK,ATTORNEY-IN-FACT AIA DOCUMENT A310 * BID BOND AIA @ * FEBRUARY 1970 ED oTHE AMERICAN I N S T I T U T E 0 F`A RC H I T E CT S, 1735 N.Y., N.W., WASHINGTON, D.C. 20006 ACKNOWLEDGMENT OF CONTRACTOR/PRINCIPAL IF A CORPORATION STATE OF NEW YORK )SS.: COUNTY OF SUFFOLK ) On the 13th day of MAY in the year2014 before me personally came JAMES C.TERRY to me known,who being by me duly sworn,did depose and say that he resides in EAST NORTHPORT, NY ,that he is the VICE PRESIDENT of TERRY CONTRACTING& MATERIALS, INC. ,the corporation described in and which executed the above instrument;and that he signed his name thereto by authority of the board of directors of said corporation. JENNIFER SPADARO Notary Public State of New Yor NOTARY PUBLIC ��. No. 01SP5017514 %';;:- .E. Qualified in Suffolk County Commission Se 7 0/ ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK )SS.: COUNTY OF SUFFOLK On the 13th day of MAY in the year2014,before me personally came GLENN G.GLUBIAK to me known,who,being duly sworn,did depose and say that he resides at COMMACK, NEW YORK ,that he the Attorney-In-Fact of LIBERTY MUTUAL INSURANCE COMPANY the corporation described in and which executed the above instrument;and that he signed his name thereto by of the board of directors of said corporation yt, C & z7A JENNIFER SPADARO - NOTARY PUBLIC Notary Public State of New Yor No 01SP5017514 Qualified in Suffolk County Commission Expires Sept 7 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 5561522 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, David A GnldctAin;Glenn G Glubiak Jennifer Spadaro:Penny Rocco all of the city of Smithtown ,state of NY each individually if there be more than one named,its true and lawful attorney-In-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. ! IN WITNESS WHEREOF,this Power ofAttomey has been subscribed by an authorized officer orofficial of the Companies and the corporate seals of the Companies have been affixed thereto this 11th day of September . 2012 , ��caa xrRF Fy. i1ts„ 011:CORPORAm2 0surwaco 91 naeR,0 American Fire and Casualty Company as �� y, �►, 4 ca 4- 1y The Ohio Casualty Insurance Company H (0044. toop r, a $ GoRinot jF Liberty Mutual Insurance Company In $Eal. 3lE;AL 19Q1 SH AL i Peerless Insurance Company N— ai '°c r °. )0.0 b `"e", ee West American Insurance Company .=Ag qt 4tty cow, 91 .. , �` '4NCE CO' ,a cd -- �. .o By c CV;43' STATE OF WASHINGTON ss Gregory W.Davenport,Assistant Secretary c 13 c COUNTY OF KING °v 0 v to On this 11th day of September , 2012 ,before me personally appeared Gregory W.Davenport,who acknowledged himself to be the Assistant Secretary of American Fire and >t p? Casualty Company,,Liberty Mutual Insurance Company,The Ohio Casualty Company,Peerless Insurance Company and West American Insurance Company,and that he,as such,being d W ti> authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C Q m VI IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington,on the day and year first above written. c. �� 1 > ' �. to 0 o ►. tiarnr+v By Ate,[ O pue �c KD.Riley,No Public 3 R:. fl � °a C E This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and AutIorizations of American Fire and Casualty Company,The Ohio Casualty.Insurance H o as 6 N. Company,Liberty Mutual Insurance Company,West American Insurance Company and Peerless Insurance Company,which resolutions are now in full force and effect reading as follows: w a ARTICLE N-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 41 e to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fad,as may be necessary to act in behalf of the Corporation to make,execute,seal, .�2 E�' acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective '— to G powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so '>13 '- '- executed,-such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under at e - v the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. C R C ;� ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, oC 0 c: and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, c Z v seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their ra 1- respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so o.r executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport,Assistant Secretary to appoint such attorney-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and biding upon the Company with the same force and effect as though manually affixed. I,David M.Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 1�1ay of_/ ,20 /V. „,,,.....,4_,,„4 J ��iNSe-, 4F SouRk Vp�r /s(fA_16f}?fi9 //"/L/tC c,pHPOR4rfi Q :; h P_, ryi't r RPO �k�i!'s c, s m L(i4Co3 Pri. 1901 p ( r- .. B co\SI+.:.i! �a. .r`SE11 wN, Y a "sp\ /rr .N.43H 0 dad u�� �sJ '�� SF if L.1, David M.Carey,Assistant 447V-6041 '1 }'� k;cyoso'b N NE,0' .4NCE 0C1" POA-AFCC,LMIC,OCIC,PIC&WAIC 42 Of 250 LMS_12873 041012 AA,. Liberty. LIBERTY MUTUAL INSURANCE COMPANY Mutual. FINANCIAL STATEMENT—DECEMBER 31,2013 SURETY Assets Liabilities Cash and Bank Deposits $1,118,180,550 Unearned Premiums $5,940,431,054 *Bonds—U.S Government 1,888,225,943 Reserve for Claims and Claims Expense 17,305,063,560 *Other Bonds 12,039,490,815 Funds Held Under Reinsurance Treaties 212,659,311 Reserve for Dividends to Policyholders 1,226,236 *Stocks 9,030,962,112 Additional Statutory Reserve 63,348,980 Real Estate 251,301,907 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums 4,781,042,931 Other Liabilities 5,826,683,629 Accrued Interest and Rents 149,855,386 Total $29,349,412,770 Special Surplus Funds $55,686,852 Other Admitted Assets 15,216,749,451 Capital Stock 11,250,000 Paid in Surplus 7,898,288,167 Unassigned Surplus 7,161,171,306 Total Admitted Assets 544,475,809,094 Surplus to Policyholders 15,126,396,325 Total Liabilities and Surplus $44,475,809,095 lJP`1 v5 uggryC' * Bonds are stated at amortized or investment value;Stocks at Association Market Values. 1912 s The foregoing financial information is taken from Liberty Mutual Insurance Company's financial SA040' r statement filed with the state of Massachusetts Department of Insurance. I,TIM MIKOLAJEWSKI,Assistant Secretary of Liberty Mutual Insurance Company,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2013,to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 20th day of March,2014. • Assistant Secretary S 1262LMIC/a 4/13 THE AMERICAN INSTITUTE OF ARCHITECTS A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we CARTER-MELENCE, INC. 104 New York Ave. Sound Beach,NY 11789 as Principal, hereinafter called the Principal, and International Fidelity Insurance Company One Newark Center 20th Floor Newark,NJ 07102 a corporation duly organized under the laws of the State of NJ as Surety, hereinafter called the Surety, are held and firmly bound unto Town Of Southold 53095 Main Road Southold,NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Bid Amount----- (5.00%), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid for Pipe Neck Road Pedestrian Bridge Abutments. NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th day of May 2014 CARTE - ELENCE, INC. (Principal (Seal) �- I © (Seal) iii.. , �/ L s. (wi -ss) ' (Title) Dona d J. O'Hanlon, resident f International Fidelity Insurance Company 1/0/447).P y r _ ( � l / " (S (Seal) (Witness) (Title) Edmund J. rgassi,Attorn -in-Fact ACKNOWLEDGEMENT OF PRINCIPAL,IF A CORPORATION STATE OF NEW YORK ) ss: COUNTY OF SUFFOLK ) On the 15th day of May in the year 2014 ,before me personally came Donald J. O'Hanlon to me known,who,being by me duly sworn,did depose and say that(e3}he resides at Miller Place, NY that he/she is the President of CARTER- MELENCE,INC. ,the corporation described in and which executed the above instrument; and that he/sl "signed her/his name thereto by order of the Board of Directors of said corporation. thief Ate (4.0. Mary C.Michne Notary Public Notary Tune,State of Mew York o.4975717 Qualified in Suifoilc Cam° �j Commission Expires 0::./110-0,S ACKNOWLEDGEMENT OF PRINCIPAL,IF A PARTNERSHIP STATE OF )ss: COUNTY OF ) On the day of in the year ,before me personally came to me known and known to me to be a member of the firm described in and who executed the foregoing instrument,and he/she duly acknowledged to me that he/she executed the same for and in behalf of said firm for the uses and purpose mentioned therein. Notary Public ACKNOWLEDGEMENT OF PRINCIPAL,IF AN INDIVIDUAL STATE OF )ss: COUNTY OF ) On the day of in the year ,before me personally came to me known and known to me to be the person described in and who executed the foregoing instrument,and he/she duly acknowledged to me that he/she executed the same. Notary Public • ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK ) COUNTY OF WESTCHESTER)ss; On the 15th day of May in the year 2014 ,before me personally came Edmund J. Bergassi to me known,who,being by me duly sworn, did depose and say that he/she resides at New Rochelle,NY ,that he/she is the Attorney-in-Fact of International Fidelity Insurance Company ,the corporation described in and which executed the above instrument; and that he/she signed her/his name thereto by order of the Board of Directors of said corporation. Notary Public PATRICIA A MALONEY Notary Public,State of New York No.01 MA6154561 Qualified in Westchester County Commission Expires October 23,2014 INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTER,20TH FLOOR,NEWARK,NEW JERSEY 07102-5207 STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DECEMBER 31,2013 ASSETS Bonds(Amortized Value) $31,509,516 Preferred Stocks(Market Value) 500,000 Common Stocks(Market Value) 72,911,462 Mortgage Loans on Real Estate 1,647,030 Cash,Bank Deposits&Short Term Investments 93,684,839 Other Invested Assets 318,354 Unpaid Premiums dr Assumed Balances 11,732,240 Reinsurance Recoverable from Reinsurers 2,478,315 Electronic Data Processing Equipment 219,074 Investment Income Due and Accrued 319,691 Net Deferred Tax Assets 5,399,057 Health Care and Other Amounts Receivable 26,890 Receivables from Parent,Subsidiaries&Affiliates 387,293 Other Assets 12,158.440 TOTAL ASSETS $233.292.201 LIABILITIES,SURPLUS dr OTHER FUNDS Losses(Reported Losses Net as to Reinsurance Ceded and Incurred But Not Reported Losses) $5,5581 Reinsurance Payable on Paid Losses and Loss Adjustment Expenses 4,143,085 Loss Adjustment Expenses 4,346,188 Commissions Payable,Contingent Commissions&Other Similar Charges 5,653,291 Other Expenses(Excluding Taxes,Licenses and Fees) 5,787,847 Taxes,Licenses&Fees(Excluding Federal Income Tax) 473,850 Current Federal and Foreign Income Taxes 417,364 Unearned Premiums 35,500,215 Dividends Declared dr Unpaid:Policyholders 922,379 Ceded Reinsurance Premiums Payable 4,167,182 Funds Held by Company under Reinsurance Treaties 1,031 Amounts Withheld by Company for Account of Others 59,435,171 Provision for Reinsurance 2,667 Payable to Parent,Subsidiaries and Affiliates 104,335 Other Liabilities 4,975 TOTAL LIABILITIES $126511.861 Common Capital Stock $1,500,000 Gross Paid-in dr Contributed Surplus 374,600 Surplus Notes 16,000,000 Unassigned Funds(Surplus) 92,680,339 Less:Treasury Stock at cost(83,880 shares common)(value incl.$45.) 1774,600 Surplus as Regards Policyholders $106,780,339 TOTAL LIABILITIES,SURPLUS&OTHER FUNDS $ 3 9 00 I,Francis L.Mitterhoff,President of INTERNATIONAL FIDELITY INSURANCE COMPANY,certify that the foregoing is a fair statement of Assets,Liabilities,Surplus and Other Funds of this Company,at the close of business,December 31,2013, as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. TT IN TESTIMONY WHEREOF,I have set my hand and affixed the 14 seal of the Company,this 25th day of February,2014. V:7 INTERNATIONAL FIDELITY INSURANCE COMPANY r x }r i kw :< : ( .,t . . b . fi K 2 �� a r 3iit y aid } t p}L "",'"'(v- ',� • t`'' �`" dri t--.'� 4 r k }6, F y t arl 5> , w .t> �.t .A` N:..'n"+. iA,,{f 'i. ,.3 .y. ' +: J 3 > r ti'= a '� r „t°-f ,.\ ,, ;';.,`�f�.`..+ ,mot&t" �: tl� .. fafa :F .t' ib5, :fr`:-5 s : Tel l iJ Q� :f t d�' f i, ,: -.:-�s ,.v r .: - . 6: F` INTERNATIONAL FIDELITY INSUI NCE COMPANY ALLEGHENY CASUALTY COMI ANY ONE NEWARK CENTER; 20TH FLOOR;NEWARK,NEON JERSEY 01102-5207• KNOW ALL MEN BY THESE PRESEN if S That INTERNATIONAL F€D I.ITY INSURANCE COMPANY i a corporation organized and existing.under> the laws of'the State,.of New Jersey, and ALLEGHENY CASUALTY COMPANY a•corporation organized and existing under the Jaws'of the State of :: Pennsylvania;hav€ng their principal office in the City of Newark;New Jersey do hereby constitute>and appoint:. EDMUND BERGASSI: New`Rochelle, NY .• •their true and lawful attorney(s}ln-fact to execute,seal anal deliver for and on its.behalf as surety any and all bonds.and undertakings,contracts of indemnity; and other wntl�n,�qg$�obLgatory.€n the nature thereof„which are:ot maybe allowed;required or:permitted by law;:statute:rule,resgguu'nation cpntract or:ottterwise and the execxrtion of swch ii[sfivment(s') in pursuance of:these.presents,shall be :as binding upon the.said IN'�ERNATIONAL tQ LiTY INSURANC COMPANY anr! ALLEGHENY CASU> TY COMPANY as fully:and amply, to 01,1-1!)t•99,ts and purposes,as if the. . same had been duly executed and . acknowledged'b .their r„ ula elected o€ficers;at their principal offices, This Power of AttomeYy�.is executed and ma��r be.revoked, pursuant to and by authoni� the B Laws of INTERNATIONAL FIQEI tTY INSC TRANCE COMPANY and'ALLEGHENY.CA$UALTYCQMPANY•and'€s granted under and by:authcxitq:of tha;fbltt�wing ro lutiorL:adopted:#� Ihe;Board of?Directors;:. of If�TERNATIONAL.FIDELITY'INSURANCE COMPANY`at a.meehng duty held on the 20th:.day of July,2010 and by the:Bo�trd:;of hectors of ALLEGHENY:::::;'--•CASUALTY COMPANY at a meeting..dulytteld on:the 15th day of August,..2000:• RESOLVED,that (1)the President,Vice'President Executive Vice President or Secretary of the Corporation shell haste the power to app':oint,and tc revoke . •. the appointments of Att4mexs m.Fact.or agents wit)7 power and authority as':defi ned or limited In their respective:pq of attorney,and ta..execute on behalf of the Cotporafron and efflx the Corporations seat thereto,:bonds;undertak€rigs, recpgrniza[ices, contracts of ni derrureil. arnd;otherwritten obligations in:the nature=thereof o related thereto;" and(2)any.such'Officers of the Corporation may appoint and revoke the ntmen of)oint.crtntrol.custodians agents far acce�st�rice of process,and Attorrneys,In faet.with authority to execute waivers and consents on behalf of'the C�rraattt5n,;.and 3)'the signature or any such Officer of fhe Corparation:and the Co. lion's seal may be=.affixed b .facsimile to any power of attorney or'oertification�.i�ren the.execution of any bond;:undertaking recognizance contract o emnity orother written obit yatIon in the nature thereof ar,related thereto suc signature and seals when so used whether terettttfore or hereafter, being hereby adopted by Ole*Gorporatiot as the original:sigfta re of such o�ticer;and the;origina€seal of ttte Corporation,to •.be valid and binding upon• the Corporation with the same force and effect as though manually affixed"•• IN WITNESS'WHEREOF= INTE NATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have°each executed and :attested°these presents on this 12th day of March 2012. • Y STATE OF NEW JERSEY County of Essex ; F . ( 1J3 I ROBERT W MINSTER '+11 Executive Vice Presktent/Chief Operating Officer' ., VSYLv ■C* (International Fidelity Insurance t ompany) and President(Allegheny Casualty,Company) :`• On this''12th day of March •2012, before me came the individual who executed the preceding Instruument,tq me pelsonally known,and ,being by'me duly sworn. said he it the.:fherein described.and authorized officer of INTERNATIONAL FIDELlT1� INSURANCE :COMPAANY and.ALL GHENY CASUALTY,:. COMPANY; that the seals affixed to said instrument are the Corporate Seals of sal Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. ••IN TESTIMONY WHEREOF, l •have hereunto set my hand affixed my Official Seal, at the City of Newark,New Jersey the day and year first above written. ARQ NOTARY '•''') PUBLici .� * A NOTARY PUBLIC OF NEW JERSEY 2 My Commission Expires Nov 21,2015:: JERS CERTIFICATION 1,the undersigned'officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY'COMPANY dohereby certify that s have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the :Sections of the y-Laws of said Corrtpanies as set:forth M said Power of Attorney; with the originals on file'in the home Office of said companies, and that the same are correct transcripts ttnereoi;and of the who€e of the said originals,and that these:d Power of Attorney has not been>revoked and is now in full force and effect IN TESTIMONY 'WHEREOF, I have hereunto set my hand this 15th day of May, 2Q 14' " MAFtdA 13RANCO Assistant Secretary` a 4 r 4 Bergassi Group, LLC 35 PORTMAN ROAD NEW ROCHELLE,NEW YORK 10801 914-576-9300 FAX:914-576-7847 `` AIA Document A310TM _ 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Quintal Contracting, Corp of business) 359 Main Street Suite 1B Westchester Fire Insurance Company Islip,NY 11751 436 Walnut Street This document has important legal Philadelphia,PA 19106 consequences.Consultation with OWNER: an attorney is encouraged with respect to its completion or (Name, legal status and address) modification. Town of Southold 53095 Route 25 Any singular reference to Southold,NY 11971 Contractor,Surety,Owner or BOND AMOUNT: 5%Five Percent of Amount Bid. other party shall be considered plural where applicable. PROJECT: (Name, location or address,and Project number, if any) Pipes Neck Road Pedestrian Bridge Abutment Steel Sheeting. The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed a and sealed this 14th day of May,2014 /a/ Quintal Contr- i .: Cori (Princppa /' (Seal) (Witness) ��� (Title) a, -, C Westc -7,1tre Insu -"ce Com•any (Su '� (Seal) (Witne �r�� e) Joseph 'hllo Attorney-In-Fact Init. AIA Document A310T"—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved. 061110 , - NI. ;;;;;::11 r.;...-..;-:,-1,1:,:::' *-- i:::: ::•.::: ::::::--• H.:- .. :.,„„E:.. .--.:::„ .::::.:.. ;:-.-.:.:•:: ..4........-.H:,„ :-.•:-.... ... •. . ... .. .:.• . ... .. ... -:-. •. - .• ..'..': •••%-:: -....: •.•:. :.-.:: ::.::. .:•• :::..: :..... ...:: ......: ::„ ... .5... „..... ' -1k Of ESItt..ESIT, II FI... E... INSURANC :ec.. N.„..,.P„ A:N..... y,:...: -,-.,..:,:.„. ..„ .:.:' :::-........:, 1 .11, .i.,:...-.•:„ ::::,.J.!-, ..,„ ....,...:....• - ' - .. .-. - ' : ••- „„. . .....,.. .:„.,. •,:„•.: ...„.•::. :••• ••••. •••:::•:•••••„•••:•. •••-•• ......: .„ ::... ........:„..:........ .:„...,.• • • • • .- • -•-• •• - • - - - - •• - • ••• . . . . .. . .. .. • .. .. .. •.:::„. ...::.• :.::::•.- „ •. . . . • • ..... .,....... .•,, • ..:-:: . i,! ..,--.,,,.:.„0 2,1., .,.,.: .:::•,.....: ..,....: : •..:..:..• • ..".. .......•• . • .. . ..„.„...:•.„. ,„....„.„.... :„:..:..,..,,,..„,...:„ ..„:„.,....-...„...:.:., ..„:„:„....,..„.„..:„.., 14ia.li.o)..'..o.'",.41;•,-.0H.-.w.11.-•.:proe 01.,:.:T....liivyH:E*1-ci1H 4r.E.,.R....-:FPIE INSURANCE ..•-:-`1:•''''''':1761,ftilgiiitliittiO4tinti;: cpv0ANy.o.:ai•i..,.i..r.„a...t....,i6.:=.:i:6.:.!tt.....:.,. o 7g:„ .keii....4.,.-9...fi,.Per ps yv t 0pursuant to the adopted bYhe3oati Of piteetOrair heaad Company on December I 1 ;004i400! ' .:::::.. -'::•:. '....:::::: :.:::. .:::::::., ::::;•. •-:::::-. ••,,,.,.... - ••:::-.,,`F.-;:.::;.!::5:,,.i..•-•'-,....-:!:,,.:f",:•K.•-•,.•.;•••••: : • ,": '..-: ::•:,': ., ]:•••• ::: ,..,:::: ::,.: •:.:-:, ',:::: .-.•::- •,' '•••••. , • •:•• - ::••• enciisibii•isTiffeh commitiiiontr of the Company -s ::.. ••• •:' Iota to the ananutiOn,for and on behalf of the Corripany:of bonds, ndartalongaircoantzaneavcontritola ...,. ...,: .,...,. . ': : '''.'i.i.:•.":''.:•••••:,!...'•:::.:'-‘"•::•••;,:'...' inbit:dinOrditiarY cdinan arbusineid:(atinft a'''W.-Othto•Caranannant"): .,-.•,.., •:,:f.,...••••,• .-....-.... ::.•,,,,„ -:.:.:•,]..:-,:...::„•••• ...,.•,,••.• ,...::.•.: :::::. %,:::-.. ...','„,"••..:•:••••• .,,,..,•!'''-- :;;IftiaitH) oiH.'..?Chin-':.''. ''' ,,,th..{: Pros' id'n cand:dltiaajdno....tinfift.:::a..0°moony is herby authorized to ex'.:.'ieth'iadk4Otteit Cotenti'::itile)H'.':qat,ted pri helud;:.....r,'OC,,thit"..e Otlipaoy,tel...,der,„:die, eaelof the Company or : f''..K•t.), . • • i;i7'.' I. '..:' -;,`11 tl : ra t,e)0):<rtsiti;fac■-::-'19F•47-i..cOrs1...:::{*Y i..,...??,rei.i1 ,;til'':..'...ial...' !4)M..2f,._....?.!!!.,..16/1..........'...:.W:,.duel Cornrsatnien..,..,..t for.in.andiuton behalf f oi.,..itte CoMPa:i.....ay.tati.::...der..., :,...th a aird 9.ftba.....:.:.:COnic it....tay'Ol',...iodteraitt..:E.:..O.,..tOdtaattall tdt„..ta:;,...:..„:..:•:,:i,,,i,.;:... '•'::.::`,,,,,J Lr.,,•"::::1•A:-'4.''' ...'"n*Inttaanzadbyllta 400in:464On!arnajand.rof i3".r, '3113'`r'''''''"?!,11'rnCnt as such.....-...' . '::'.':, i.:::,. :,.;:;I: -::::::::::h:.: :::'':.:.. '::::::-.. ::::::::::: .:::.,::.. l':?': .'::.'.:.• ::,.:::5 -...'7:::. :":'::: rthe -::,'-'•,-, •ii•th 1,,,iii;sthi igi pirsth the iskiii4,th:oct afihecOmay with ‘019 ;''',:7,,'"•'••'•10;"7-•,...,,:",7'.I rt., ..;4iPte.iffatraY;.01e't!tanithtitt and the Vies Yntaidann af:#t!,C-IPInal!Y is 1°,1*":°°11!°F144 for'Ind°"1"!1111.° Cmrirrt..:,"PP?! •.ilw Company Y ao My....aP°9 ..,.. .,.• .... .., ..,,. ..... 3:',: ::::;,::::•-•,,t,••,,...•-...., '. ''''''' ':". +Atatt:•-• •ticiitio'nnite,..tweY::itatinittYPitor chat:•:Pt'VePtion:eltorlitnisW:PrIbr spciflcaUon 0 otto or mem ...,. ,,,.... ..., ...,.... ••••••.;•.,...:,,:.::::., ..,.;•,::: .--:,•• :.::,r,'•,,,,:•.: ,,:',:•.:•:...:-•••••• :,-,..,:- :•:•°•'': 44;tt:':;;••"':;• ..i....:.• h'il'''a•klitral,''''rman,et*Paaittratatht•MiYta nen.....denaOC,..:the'.C:0111 tatoR.th:h.ara.,by.inthonattri.. for and on. behalf o_f.0,,Comproly..iist.il,)..r.._Iga.%•iii.wri tn.*rity,_Oditt...„oni.......ce„..t.na,th.c.o:eapsay,.,....am.....n:authart..ty.,: ::::::-..•••.f...., • ,to `-,-- ,..,,,,,1:-,.:14. -4.!-., Isfithil—os both(°rola Company,under tha Company s seal o adamant%avail Wrthen Commitments Of Ma CA,InPla U._ sattannaa In awn wnnen°Vahan *73'3' 3c33 may°°°Y .,•z;>•*!::*4 r •••I''''''.;.1,1* 7.4:thin.of writtan.Commitrnents opy..„annonnatiort ofona.oaerropanX:91.1!!•Y.T!re33‘33333313* 1' ' :, „j,..::.:-..', .,.:.5,:•:55:.5.::::.::::, . ■°":"11';'"','',1 :-/;''',1,1,1 ,: 1-- i..--SS":.''' :'::. rothorn • Viiiiten' iimmaniiiivoiSpainiatent*editor:ion pursuant**this Resalitiok.and the seat 0;4 colpi,y-.,,mylzf.T#414:ira°4°°...• •:.:••• -..:::••••:••••,,,,•.•••'..,.. '••••... '''.'":--2--.1'-'::::„::"..(•:: :':''')>, ":' ''-'',...'#601S!l'ai•t! !IPPP-1.°111!°1,!:4efeSiiii,--. 'i:i:::: '-.::::::. '":' '''-•.".:.:••••• i:::::::, ';::::::.• •••::::: ' , ':.:':::;:• •'r..." "; •:::.:::'::-::':i: ,.i......J? . ''.1', •:':::', ::::::: ':::•:' .•::: '..;.•••• • :::::::.?„ ::,:l: ::.•,::',•.'] -,•••:,5,;111:''''.5'.!pigh 1'''''''' ).iii,.t41..4; ng 4,ciution stindittedaanat4in,been ea4inivostabile44,1*Poweiandm$14titi:44•1'..(00°).#i 04.41irP*"°"'°:.....d!''..',w4.:°'bii01'°...:!141:::.:j.:: :: :- :-, 6if..44,•siiisiiis this tthisofikthhofoieteoitheelercite§filitinit*Soveort aiatierity Otherwaivatidt!;::sciletififittect..;.:. .,..•.!..::::' .•::::::-., "..':::-....,,:;:.,,..„.......... .:':: ...:.J..-:: ,....,:' iii; ...i.i:,:.•.!•., i.:,;.:;,.....,,......:,,....p:''.„..,.!'....::-: 11: 000.,,a;1114gi.:,.1,4 1 inn1,k°-•;'-e,:constitute 1.i;; ;.e:.6-,..1.:: :app;;ii.":--i..cojf;.top1164'..i.'&i4..,,jc,a..piih:,.f.....:.r)::.1...:'l.:lus"i0.'f the City of.iyiEl,„VTLL4:.-..:.. ....,„..-..,YO.r.k;:eac:1findi..:%!....idu.... .:.a......ui.__.ifttv..:T.S1).P..,...:._.4bii::01..."..,,..;,..1.,.....::::::.:-''•.: -•.•0,04-",,.i •.i,:,'•andittwful inorney!,in-fact,to make,execute,seal and Oliver on is behalf and us its aeIanddeed any ar. ..e!1..,1?okinl.s,.t1!!T7cMgs,recc.Pei . 3, '''' ' ' ..."11 f•Iiir ° it'I's' ', the iliftiiithereofin fiOiiiities not exceeding:Five toglititfidollars*I0e0 cont„V(SSARRAPP.Q0/and•tho exeention of:such writings in ,;• io4t9„ „..:..a40:F.:,. ...7......,.......,pit.wMr:':Ii,....sli'Miii)..•. :•,..:iis bio.010i-i.ivii:-.iitid.Company,as fully and amply.44-....::•:if OW hadjiee,.......ii.du.... IY.:eXe..„Cli...fd..:;--AMciriieiI'agP#-.15Y:'11111.i1011..arlY elected af4PlinniPai office ° ••••• :'..-:;-:. ''':H ' '..::::::.: ::::*; ':: .r..••....:-• :'','-.:.-.:.....- : -..1: ,,:,.-... •:.; .:.-.::.. ....,.,:::: .:::::-.. ,:-....-... :.• IN'Al....,...H.U--..t..._-':::.".::::::'.9,:::.5.2-:.,z.....,:'';`..':Z:a',.. ..." :' "'''''• : 2: ...' ' aft- e4•thi C,eiterfite-seal ofthe said::WESTCHESTER ‘NYITERE.OFIhe.aiid:ttephen M Haney,.Yieer.ktesiclent,has hereunto Siibscriliod t)! naineund„.......ii .,..„..„ ,..„.,... .,, ....... .... ........ . .:. FIIR,Z °44teljiviPANY,:this 22410::Of Octobet. q12. VVESTCHESTER1FIREINSURANCE:VOMPANY•„..,..........,,.. ,:.,......:. : ............,...,,,...,..,. ,........... ::::... .•.:,...• .....:::.:: .• .•;.:‘,...i.,-•,:-::,,,:: " ..,-:-...••:::::...-7, . ,,A,Nis, ,.. '"4i,:•...:: . •:::::?.. :•:::: ,:::::........•,:.:[ :]:•-•,:s.' .-:.,.:.•••::::: °'°::::. ...-iiii°'''I. •••:-..:• '''''.:' •::::•-• °:.••• ''":. iM.n' i••::S....;1°,'". ”...711a.'-4:- \1-: ''.1. •.::.: .i.:•:•',.:. .i].., ir....-::::...„ '''',, .4.:''••.:.:::.:. , ,.°'. ":'„,••••.' ,'. .,,,:::-:::.°.,-'5.:.:::' ' ': ..:''-,.,:•°.: i,,i: _ r.::::-... '.': ., :::::.4 •:;.:<., iis;:-... .it:',....::.° 1:::1... ,,t :S: ...:•., ..,.si: . .:., ....,..::,. :::!... "..:1..1:: .,.:,..: ' : l'*:::°•3:'::. :'.°•'.'.1'.:*4-s4:44 ..„•*.iiiii.,; :::.:;.':; ..:-::::::... :::•...-.°'•..'• ::::::::::. .:.::::::.:' ..;J:N:: ' s , ,. , ,_.i.,L) .„... ........,:::....,... ,.,..,,..„ ........:.. ..„;... :::::: „::.........:..::::.. .„ ,. ,,_ ..i...2.,.........,.,„...„,_ : ::„_,...,_.,,,,,,,,,: .,:.:_:....,...:: :......:„.„. :„. .. ....„..:::::::„,,,........::,..,i, ....„.::...,.......... ,.....?. . :,... .„.....„.:•,.....: ,....:.:..... „..„ „. ..„...: ..,. ........:.„„......... : • , : , ,,,.,;-.", ,,,...,...]:, ,,iisii41i,..2-ixiii,k:.-" ,:..., ,:::::, "..,.",,:::, :.,„-:- . ,,,,,,;,„,„•,,..,:i....„,0:mo ..i.. , .. .1V.OF, . .. ......... . •""• • ."......... ...,,....:. „............ .. • ............... .......,.. _..... ......... _ ,..,....„.,... ....... .........„._. • ' :.'lliliP;:k„ ifil;':'or-- o".heiID 20•1:ifiefeieine al4inaifFttWieirtheCOmmonwealth of Pen* inikin and:for:4*cPIinIY.PffhlOn 0.14 carne$.10131..lPn.......;.-:•-:is.',:...:... '• m.;,,44fiiio:' -`0t tpoi- jo.''.. iiYt:ixit°ct'dic yy' Es Tql'EsTER. ..fl!t' .,'.11+4S.,..INSURANCE e..:. .:#cOPEPAIVY::.;0 me personally known 0.,..:!*66. -:::indli':fdU...,ai and..... 4fila.Fr who'°",nnut.:.,d 0..;#::•;that:.:::':!.::'.:':',.....,';' : .' ° I.„,_,• 'r'f- ...:**di acknowledged that he executed th i sani...,eithd•th.at the iO4/.affixed to the preeeding instrument is:.:dth:CorObrate seat ofs.iiidcothpoll : ...:::....„ ,.,..:,....,:. .'' "'''''1' '' '' ''a ac ..-'' fiv..' the thorny and direction of the said corporation,:and:thafReaOlutiOn:4dopted bse.th:e::B04rd of Directors prilii, We ,,j,-,,,,.,...$01:*1013 signanireere:duly affiXed.7., ,..... au.,.. ...-- ,!'-7.,.,.. -;- '-: :, .:::-...: .:.•:.:•:;. :::, :.-:::::-..; .„:'.....:. ::::'' -,•°.-.::::: ''::•..... ...::::::: .•••••:..... :'....-' :::::' I6feriiquiP::1:he:Otece4iPO ill....0r410n0a now in rnFen...i•r: r::;:::'.:::.-::.,;-:•:..."' .....:::s::' : : •-::::::'-: :.:::::.:..-:..:-...,:' ''i..,:::.i. •-•-••::::: .-.:.:;..- ..„...:•]?.:'' ,:::::••• :,::::.. ....::.,... ::::::::::,.,.:.:-..:.,.,,..::,:-...:,..- °',''• ;:rii..t,'-gl$T11-0-0.11T.°WHEREOF,,l'ii ave hereuntoS4'44v hand andittbied nikii-efieittl'aeal at the City of Philad elphiniiiii°thiY and year firifithei...ii:O.wr itten.',-• --- , .. . ... .... .... ..< . ...... ..,.. .:: ... . .... :. .. .... ': : ,:-.:'':::::.-:::*:;:r.:::::::-..-..'','::::‘1', ::::;-:1=1.,',..1::.::-..:::::::F:-.--::::„,..,-.4.,,1400.,:. ..., .:;:/•.:.-.: :--- ...,...::,..., ._ ......z±...ti.,....., ...._=._,. ..„......,. ,...",,,es"41.„,, ..,.. ...„„...,... .............. :. .::::,:::::::::.:::::::p.::::!':-.??. :::::-..'.;`,::::::...:.. :::::.,:.....,..:::::.,:Nr4z#:;.,...',..,:7N..,,-;:,?'::: ''-:-.:.:::::.: ,.,..::::::::::::.,:.. . ::.. , :,, ,....., ,- --.....:::::,,.. ' -:.::::-:::::-..::.:,:•::- .::.:,:::::.....:::::.:.,,,: :-...:::::i.:,...-..... ' E g , 1'-thi ii: ig:-'iiilt Assistant t$•...1..,T-..:: :P.,r...:. "..'INSURANCE COMPANY do:....,aiti*certi...fY....:t.hat heoriii,.... 1:p.,.R.Y..,.ERO.....P:A... T.,...OINEY....: of which cppgo or is substantially.,._e'And correct copy is in filt:fotenii effect •::::::::::....., • :.H:.:: :.:::::: -..::. :::::.• .:::: .::.... •.....Pidi ILI .41, 4.7, -...•-• . . . .,.. ... ..„ „. ..- . In witness it;itist'en......t4 have herettMO::subscribSit ini,name ita.Aailstan t SecrOthrY.,.-.:.and affixed the corporalic0e4:•af Ih....:C011joligiOil,this 11 Y:.07'.: •:' ' , -.:.., .....:- •: .-..: ..,.. . ... . ..... . ...... ., , .. ...... . .......,-: :.'- . . , .., .. . . . . ..„... . .... .. '::::::,•,wii!,.4..iii040..,:?'-•tio'..' : .:..... . - :: ,:::=•. :'::::. ::.:,-: ::::"...:•-•:"--.,.:„.. .":,..:::. . . ... .. . . . .. • •. . .. .. . . . .. . . ... . . :::::: ...„: .::::: :::...• -.:::.:: ..,..:., • • ...- . • • •:.::-... ....... .. ..„. .... ...... . ..... . .• . . .. ... ... ....• . . . . .. .. ... ... .... .. .. • • • •• . . .: . . : . ,- --. .. . ..•: •: . „•-• ... ... .• ...• ... ....... .• . .. .. .. .... . .. •••. ... • . .• . .. „ . .. .. . .. ... •,.:..: :............: .„„ ., ,., .. „.:: .......,... .... ::: ...„...:„.... • .:. „,:„,...,,„:,.........„.,::. ::.:... ...:::::::. •..,..:...: . ::: „Hi:. ..:::„.:. . . ::::::„.... • :,......:.„:,,,.::,.:.• -:..:„.:::::,,,:„• :: ,. :...::.: ,:.:. -.. „.::•. to THIS POWER OF All-FORNEY MY NOT REUSED TO EXECUTE ANY BONDNITH AN.MC:EPTION:PATg AFTEg:QeMber;2.,20.-14.::•.. :::' ..'.:- •••••: . ' '.'::-• -.,:: • ::: ;:'• :-. - '..:' . . .. ........ ...• •::. . ...... ... .. : . . :. . . : 1 :::::-...i.;:' 1 -1.:q .1::E:::::- :4":'..-:.-•-" '::::::::,- ::::: :::::: -''''-: ''':':' ::: -':'. . -'!..:• • ::.. :::,:.:- ..-.:•. , ... • . • . . . . .. , . . . .::.. .:,-. . . .:... ....: ,... ,.. . ... . . • • .- .. .. .:•• -:: : ::.-:: •:-.: -: .:' r•-: :! ::: ::: .:: ,:.. •:.:: :. :::: :::.:- .::.: ..:::.: .••••• ::::::. .: :::::.• .. : ::.:: H.::::•::::•,.:,-..•.: ::.:-.:- :::. : .•:-. -•...•- -- -.. . --- --- - ..-- -..•-• . - -- : . . -,- ,:.--:•• - :•.•:•::.' ;.•:::•: • ..: :: : , :: -:. ::.--: -:::-.-....:::, -...--: . .::.-.:• -,•::,„. :.. . „•:::. - -*..,:. .::' "-• .:.:. ::::„.:.:,.:..... .,„, .., .:... ...,,,,.....::.• / • • THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES 1111 THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. •